Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 1 of 128
RFP for Selecting an Agency for IT FMS Team for
Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Mode of Bid Submission Online though eProcurement/ eTendering system at
http://eproc.rajasthan.gov.in
Procuring Authority Managing Director,
RISL, First Floor, C-Block, Yojana Bhawan, Tilak
Marg, C-Scheme, Jaipur-302005 (Rajasthan)
Date & Time of Pre-bid meeting 22 March 2018 at 12.30 PM
Last Date & Time of Submission of Bid 18 April 2018 by 03.00 PM
Date & Time of Opening of Technical Bid 18 April 2018 by 05.00 PM
Bidding Document Fee: Rs. 10,000 (Rupees Ten Thousand only)
Name of the Bidding Company/ Firm:
Contact Person(Authorised Bid Signatory):
Correspondence Address:
Mobile No. Telephone &
Fax Nos.:
Website & E-Mail:
RajCOMP Info Services Limited (RISL)
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj.)
Phone: 0141- 5103902 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in, Email: [email protected]
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 2 of 128
Contents
Contents CONTENTS ................................................................................................................................................................... 2
ABBREVIATIONS & DEFINITIONS ........................................................................................................................... 6
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) ................................................................................ 9
2. PROJECT PROFILE & BACKGROUND INFORMATION ...................................................................................... 11
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA .................................................................................................. 13
4. SCOPE OF WORK, DELIVERABLES & TIMELINES .................................................................................................... 18
1) Facility Management services for equipment’s/items 18
2) Co-location support to user’s for the equipment’s 24
3) Table for O&M (Operation and Maintenance) Reports 25
4) Manpower Resource Table at BSDC, Jaipur 26
5) Manpower Resource Table at DR Site, Jodhpur 27
6) Minimum Qualification, Relevant Experience & Certifications 28
7) FMS Manpower Responsibilities 31
5. INSTRUCTION TO BIDDERS (ITB) .................................................................................................................... 45
1) Sale of Bidding/ Tender Documents 45
2) Pre-bid Meeting/ Clarifications 45
3) Changes in the Bidding Document 45
4) Period of Validity of Bids 46
5) Format and Signing of Bids 46
6) Cost & Language of Bidding 47
7) Alternative/ Multiple Bids 47
8) Bid Security 47
9) Deadline for the submission of Bids 48
10) Withdrawal, Substitution, and Modification of Bids 49
11) Opening of Bids 49
12) Selection Method: 49
13) Clarification of Bids 50
14) Evaluation & Tabulation of Technical Bids 50
15) Evaluation & Tabulation of Financial Bids 51
16) Correction of Arithmetic Errors in Financial Bids 52
17) Negotiations 52
18) Exclusion of Bids/ Disqualification 53
19) Lack of competition 53
20) Acceptance of the successful Bid and award of contract 54
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 3 of 128
21) Information and publication of award 54
22) Procuring entity’s right to accept or reject any or all Bids 54
23) Right to vary quantity 55
24) Performance Security 55
25) Execution of agreement 56
26) Confidentiality 56
27) Cancellation of procurement process 57
28) Code of Integrity for Bidders 57
29) Interference with Procurement Process 58
30) Appeals 58
31) Stay of procurement proceedings 59
32) Vexatious Appeals & Complaints 59
33) Offenses by Firms/ Companies 60
34) Debarment from Bidding 60
35) Change in status of the bidder 61
6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT ........................................................................ 62
Definitions 62
1) Contract Documents 62
2) Interpretation 63
3) Language 63
4) Eligible Goods and Related Services 63
5) Notices 64
6) Governing Law 64
7) Scope of Supply 64
8) Delivery of Services 64
9) Supplier’s/ Selected Bidder’s Responsibilities 64
10) Purchaser’s Responsibilities 64
11) Contract Price 65
12) Recoveries from Supplier/ Selected Bidder 65
13) Taxes & Duties 65
14) Copyright 65
15) Confidential Information 66
16) Sub-contracting 66
17) Specifications and Standards 66
18) Insurance 67
19) Inspection 67
20) Rejection 67
21) Extension in Delivery Period and Liquidated Damages (LD) 68
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 4 of 128
22) Authenticity of Services 69
23) Patent Indemnity 69
24) Limitation of Liability 70
25) Force Majeure 71
26) Change Orders and Contract Amendments 71
27) Termination 71
a) Termination for Default 71
b) Termination for Insolvency 72
c) Termination for Convenience 72
28) Exit Management 72
29) Change Requests/ Management 75
30) Settlement of Disputes 76
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT .......................................................................... 78
1) Payment Terms and Schedule 78
2) Service Level Standards/ Requirements/ Agreement 79
A. Infrastructure Service Levels 79
B. Security Management Service Levels 80
C. Manpower Availability Service Levels 81
D. Help Desk Service Levels 83
Severity Factors 88
Service Management – Ticketing System for IT Infrastructure: 88
ANNEXURE-1: PRE-BID QUERIES FORMAT ............................................................................................................... 91
ANNEXURE-2: TENDER FORM .............................................................................................................................. 92
ANNEXURE-3: TECHNICAL BID COVERING LETTER ............................................................................................. 94
ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE .......................................................................................... 96
ANNEXURE-5: SELF-DECLARATION .......................................................................................................................... 97
ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION ............................................................................... 98
ANNEXURE-7: DECLARATION BY BIDDER ................................................................................................................ 99
ANNEXURE-8: UNDERTAKING ON AUTHENTICITY OF THE SERVICES ........................................................................ 100
ANNEXURE-9: FINANCIAL BID COVER LETTER & FORMAT COVER LETTER .............................................................. 101
ANNEXURE-10: BANK GUARANTEE FORMAT ........................................................................................................ 112
ANNEXURE-11: DRAFT AGREEMENT FORMAT....................................................................................................... 117
ANNEXURE-12: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT ............................................ 120
ANNEXURE-13: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ............................................................. 124
ANNEXURE-14: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION AND TECHNICAL
EXPERIENCE .......................................................................................................................................................... 125
ANNEXURE-15: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION AND TECHNICAL
EXPERIENCE .......................................................................................................................................................... 126
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 5 of 128
ANNEXURE-16: ISO CERTIFICATION ...................................................................................................................... 127
ANNEXURE-17: HR CERTIFICATE FOR MANPOWER PROFESSIONALS .................................................................... 128
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 6 of 128
ABBREVIATIONS & DEFINITIONS
Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21 of 2012)
and Rules thereto
Agreed
Quarterly
payment
It means the total payment due in a quarter towards all services – FMS and
comprehensive onsite maintenance without calculation of penalties and/ or LD. (i.e.
without considering applicable penalties and/or LD) including quarterly payment of
CAPEX.
Authorised
Signatory
The bidder’s representative/ officer vested (explicitly, implicitly, or through conduct)
with the powers to commit the authorizing organization to a binding agreement. Also
called signing officer/ authority having the Power of Attorney (PoA) from the
competent authority of the respective Bidding firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and includes
any tender, proposal or quotation in electronic format
Bid Security A security provided to the procuring entity by a bidder for securing the fulfilment of
any obligation in terms of the provisions of the bidding documents.
Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor participating in the
procurement/ bidding process with the procurement entity
Bidding
Document
Documents issued by the procuring entity, including any amendments thereto, that set
out the terms and conditions of the given procurement and includes the invitation to
bid
BoM/BoQ Bill of Material/Bill of Quantity
CMC Contract Monitoring Committee
Competent
Authority
An authority or officer to whom the relevant administrative or financial powers
have been delegated for taking decision in a matter relating to procurement. MD,
RISL in this bidding document.
Contract/
Procurement
Contract
A contract entered into between the procuring entity and a successful bidder
concerning the subject matter of procurement
Contract/
Project Period
The Contract/ Project Period shall commence from the date of issue of Work order till
5 Years of Operations & Maintenance Services after Completion of FAT.
COTS Commercial Off The Shelf Software
Day A calendar day as per GoR/ GoI.
DeitY, GoI Department of Electronics and Information Technology, Government of India
DoIT&C Department of Information Technology and Communications, Government of
Rajasthan.
ETDC Electronic Testing & Development Center
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods
All articles, material, commodities, electricity, livestock, furniture, fixtures, raw
material, spares, instruments, software, machinery, equipment, industrial plant,
vehicles, aircraft, ships, railway rolling stock and any other category of goods,
whether in solid, liquid or gaseous form, purchased or otherwise acquired for the use
of a procuring entity as well as services or works incidental to the supply of the
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 7 of 128
goods if the value of services or works or both does not exceed that of the goods
themselves
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity inviting Bids
relating to the subject matter of procurement and any amendment thereto and
includes notice inviting Bid and request for proposal)
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are allowed to
participate
NeGP National e-Governance Plan of Government of India, Department of Information
Technology (DIT), Ministry of Communications and Information Technology (MCIT),
New Delhi.
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement
Process
The process of procurement extending from the issue of invitation to Bid till the
award of the procurement contract or cancellation of the procurement process, as the
case may be
Procurement/
Public
Procurement
The acquisition by purchase, lease, license or otherwise of works, goods or services,
including award of Public Private Partnership projects, by a procuring entity whether
directly or through an agency with which a contract for procurement services is
entered into, but does not include any acquisition without consideration, and
“procure” or “procured” shall be construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/
Tendering
Authority/
Procuring
Entity
Person or entity that is a recipient of a good or service provided by a seller (bidder)
under a purchase order or contract of sale. Also called buyer. RISL in this RFP
document.
RajSWAN/
RSWAN Rajasthan State Wide Area Network
RISL RajCOMP Info Services Limited
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 8 of 128
BSDC Bhamashah State Data Centre, Sansthan Path, Jhala Institutional Area, Jaipur,
Rajasthan
DR Site Disaster Recovery Site, Mahendra Arora Circle, Jodhpur, Rajasthan
Services
Any subject matter of procurement other than goods or works and includes physical,
maintenance, professional, intellectual, consultancy and advisory services or any
service classified or declared as such by a procuring entity and does not include
appointment of any person made by any procuring entity
SLA
Service Level Agreement is a negotiated agreement between two parties wherein one
is the customer and the other is the service provider. It is a a service contract where
the level of service is formally defined. In practice, the term SLA is sometimes used to
refer to the contracted delivery time (of the service) or performance.
State
Government
Government of Rajasthan (GoR)
State Public
Procurement
Portal
http://sppp.raj.nic.in
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject
Matter of
Procurement
Any item of procurement whether in the form of goods, services or works
TIN Tax Identification Number
TPA Third Party Auditors
GST Goods and Service Tax
WO/ PO Work Order/ Purchase Order
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 9 of 128
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 10 of 128
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 11 of 128
2. PROJECT PROFILE & BACKGROUND INFORMATION
RajCOMP Info Services Ltd. (RISL) intends to select an agency for providing IT FMS services at Bhamashah
State Data Centre, Jaipur, Rajasthan and DR Site, Jodhpur, Rajasthan for next three years.
The Government of Rajasthan recognized the potential of Information and Communication Technology
(ICT) for rapid and all round development in general and transforming governance in particular. It was
envisioned to make Government services accessible to the common man in his locality, through common
service delivery outlets and ensure efficiency, transparency & reliability of such services at affordable
costs to realize the basic needs of the common man. It needs to develop the core and other supporting
infrastructure for sustaining e- Governance initiatives across the State. It was envisioned to “make all
Government services accessible to the common man in his locality, through common service delivery
outlets and ensure efficiency, transparency & reliability of such services at affordable costs to realize the
basic needs of the common man”.
Keeping in view of above objectives, RISL had set up three subsequent Data Centres at different intervals
as per requirements to provide efficient electronic service delivery of G2G, G2C and G2B services, to
enable various State departments to host their services/applications on a common infrastructure leading
to ease of integration and efficient management, ensuring that computing resources and the support
connectivity infrastructure is adequately and optimally used, to provide better operations & management
control, to minimize overall cost of Data Management, IT Management and Deployment through use of
common infrastructure. All the three Data Centers are integrated and in operation. Details of the present
data centres are as below:
Phases Location Approx. Server
Farm Area
Rack
Space
Date of start of
operations
Phase – 1
(under NEGP)
1st Floor, IT building, Yojana
Bhawan, Jaipur 1700 sq. ft 43 27-06-2011
Phase – II
(DR Site)
(State Fund)
New Library Building,
Secretariat, Jaipur 400 sq. ft 15 15-07-2015
Phase – III
(State Fund)
3rd Floor, Yojana Bhawan,
Jaipur 2050 sq. ft 81 15-12-2015
Phase – IV Jhalana Institutional area,
Jaipur 36000 sq. ft 600
Construction in
progress
All the IT initiatives taken by the State Government are being matured and most of the business processes
are being made paperless and are being kept digitally. All the IT services are being provided and
maintained from the above Data Centres as primary resource i.e. primary site. All the record keeping of
Government functioning is being maintained digitally at the primary site and size of applications and data
is gradually increasing. Therefore, an active stand by site is required to maintain replica of the existing
infrastructure so that each and every transaction can be kept at some another place. Keeping in view
some unforeseen disaster strikes at the primary site, Disaster recovery planning is essentially required for
business continuity. It includes planning for resumption of applications, data, hardware, electronic
communications (such as networking) and other IT infrastructure and it refers to the disaster recovery
plan (DRP) for IT related infrastructure recovery and continuity. Therefore, a secondary site is required at
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 12 of 128
remote place and far away from primary sites as a subset of IT infrastructure to plug in and start running
so that there is no business disruption. Therefore, the Department of Information Technology decided to
establish a Disaster Recovery site at Jodhpur, Rajasthan.
In the Compliance of Budget proclamation of Hon’ble Chief Minister, a new Sate Data Centre named as
Bhamashah State Date Centre is being constructed at Sansthan Path, Institutional area, Jaipur for housing
600 Racks to host applications on a common infrastructure leading to ease of integration and efficient
management and a DR Site is being constructed, at Jodhpur for housing 80 Racks for IT related
infrastructure recovery and continuity. Both the Data Centres would be made operational shortly.
Purchase Order for procurement of IT equipments has also been placed for both the sites.
Facility Management Services (FMS) are required to operate and maintain the IT equipments and services
at both the Data Centres to keep on running the services by 24 X7. It needs qualified and experienced
personals of different domain like Project Management, different flavour of Operating Systems,
Networking, Network Security, ENMS/NMS, systems integration, Cloud management, different flavour of
Databases, etc.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 13 of 128
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA
1) Pre-Qualification Criteria
A bidder participating in the procurement process shall possess the following minimum pre-qualification/
eligibility criteria.
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
1. Legal Entity The bidders should be a Proprietorship firm duly
registered either under the Rajasthan Shops &
Commercial Establishments Act, 1958 or any other
Act of State/ Union, as applicable for dealing in the
subject matter of procurement
(Note: A self-certified declaration regarding the non-
applicability of registration to any Act should be
submitted by the bidder)
OR
A company registered under Indian Companies Act,
1956
OR
A partnership firm registered under Indian
Partnership Act, 1932.
- Copy of valid
Registration
Certificates
- Copy of Certificates
of incorporation
-Copy of Partnership
deed
2. Financial:
Turnover
from IT/ ITeS
Average Annual Turnover of the bidder during the
last five (5) financial years, i.e., from 2012-13 to
2016-2017 (as per the last published audited
balance sheets), should be at least Rs. 300.00 Crores
AND
Average INR 100.00 Crores from IT FMS services in
India during the last 5 Financial Years.
CA Certificate with
CA’s Registration
Number/ Seal.
3. Financial:
Net Worth
The net worth of the bidder, as on 31st March 2017,
should be Positive.
CA Certificate with
CA’s Registration
Number/ Seal
4. Tax
registration
The bidder should have a registered number of
i. GST where his business is located
iii. Income Tax / Pan number.
Copies of relevant
certificates of
registration
5. Mandatory
Undertaking
Bidder should: -
a) not be insolvent, in receivership, bankrupt or
being wound up, not have its affairs
administered by a court or a judicial officer, not
have its business activities suspended and must
not be the subject of legal proceedings for any
of the foregoing reasons;
b) not have, and their directors and officers not
have, been convicted of any criminal offence
related to their professional conduct or the
making of false statements or
Self-Certification by
the authorized
signatory
as per Annexure-5:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 14 of 128
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
misrepresentations as to their qualifications to
enter into a procurement contract within a
period of three years preceding the
commencement of the procurement process, or
not have been otherwise disqualified pursuant
to debarment proceedings;
c) not have a conflict of interest in the
procurement in question as specified in the
bidding document.
d) comply with the code of integrity as specified in
the bidding document.
6. Relevant
Business
Experience
The Bidder should be in the business of providing IT
FMS Services for Data Centres for at least last 10
years.
Self-Certification by
the authorized
signatory and
Copy of work orders
confirming years
and Area of activity.
7. Experience
in providing
IT FMS
The bidder should have experience in providing IT
Facility Management Services at least three Data
Centres during the last five (5) years (2012-13 to
2016-2017) in India
IT FMS for Data Centres with Project cost
of average 10 Crore or more per annum
for will be considered.
Bidder’s in house data centres shall not be
considered.
Bidders who have built their own Internet
Data Centre (IDC) for commercial use will be
considered.
Annexure-14 per
project reference
And
Work Completion
Certificates from the
client;
OR
Work Order + Phase
Completion
Certificate from the
client
8. Certifications The bidder must possess, at the time of bidding, a
valid
a. ISO 9001:2008 or Latest
b. ISO 27001:2013
c. ISO 20000
Copy of a valid
certificates
9. Manpower
Strength
The bidder must have on its roll at least 1000
technically qualified professionals of Facility
Management Services of the level of L4, L3, L2 in
Project Management, different flavour of Operating
Systems, Networking, Network Security, EMS/NMS,
Systems integration, Cloud management, different
flavour of Databases including Oracle, MY SQL, MS
SQL, PG SQL and prior experience in providing the
Self-Certification by
the authorized
signatory and HR
department with
clear declaration of
staff – year wise,
level/designation
wise.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 15 of 128
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
Data Centre Facility Management Services as on
date of bid submission.
10. Experience
of
maintaining
ISO 27001 /
ISO 20000
certified
Data Centres
The bidder must have operated / Managed or is
operating / managing with ISO 27001 / ISO 20000
certified at least three Data Centres (valid as on
tender submission date).
Self-Certification by
the authorized
signatory as per
Annexure-15 along
with ISO 27001 / ISO
20000 certification
of the clients
11. ISO 27001
and ISO
20000 lead
auditors
Bidder must have at least three ISO 27001 lead
auditors and at least three ISO 20000 lead auditors
in the organization (valid as on tender submission
date)
Self-Certification by
the authorized
signatory as per
Annexure-16 and
HR department
along with list of
resources
Note: The bidder has to submit supporting documents as evidences to fulfil the eligibility criteria for
making evaluation by the Tendering Authority. During the bid evaluation stage, the Tendering Authority
may request for clarification (if required).
2) Technical Evaluation Criteria
Only bidders who meet all the pre-qualification criteria shall be evaluated for the Technical evaluation.
In order to determine whether the bidders are qualified and whether the technical aspects are
substantially responsive to the requirements set forth in the bidding documents, the Tendering
Authority will examine the information supplied by the Bidders and shall award points to the bidders
on the basis of the following:
The following criteria have to be fulfilled by bidders and shall be used to evaluate the technical bids:
S.
No.
Evaluation Criteria Maximum
Marks (50)
Formats to be filled
for compliance
A. Organizational Strength 50
i. Bidder’s experience in providing IT FMS in Data
Centres in India, during the last five (5) years (2012-
13 to 2016-2017)
Bidder can submit maximum 5 projects and
accordingly the marks will be awarded
a) If Project cost of FMS is >10 crore and <=15 crore
per annum then only 1 mark per project shall be
10
Schedule A
as per “ANNEXURE-
14”
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 16 of 128
S.
No.
Evaluation Criteria Maximum
Marks (50)
Formats to be filled
for compliance
awarded to the bidder
b) If project cost of FMS is >15 crore per annum
then 2 marks per project shall be awarded to the
bidder
ii. 3) Number of technically qualified professionals of
Facility Management Services, as per clause 9 of Pre-
Qualification Criteria, on its role in the organization
>2000 then 10 Marks
>1500 <= 2000 then 8 Marks
>1000 <= 1500 then 6 Marks
10
Schedule B
Valid HR Certificate
as per “ANNEXURE-17”
iii. Average Annual Turnover of the bidder during the
last five financial years, i.e., from 2012-13 to 2016-
2017 (as per the last published audited balance
sheets)
> Rs 800 Cr = 10
> Rs 600 Cr <=Rs 800 crores = 8;
> Rs 300 Cr <=600 crores = 6;
10
Schedule C
as per “CA Certificate
with CA’s Registration
Number/ Seal”
iv. Data centres that the bidder has operated / Managed
or is operating / managing with ISO 27001 / ISO
20000 certification (valid as on tender submission
date) will be considered for evaluation under this
clause.
Bidder with maximum number of such data
centres (capped to 5 nos) shall be awarded full 10
marks and the others shall be awarded marks on
relative (prorata) basis.
10
Schedule D
as per “ANNEXURE-
15”
v. Bidder shall have resources having ISO 27001
lead auditor certification, ISO 20000 lead auditor
certification (valid as on tender submission date)
a) If No. of resources having ISO 27001 lead auditor
certificate is
> 10 then 5 marks
> 5 and <=10 then 4 marks
> 3 and <=5 then 2 marks
b) If No. of resources having ISO 20000 lead auditor
certificate is
> 10 then 5 marks
> 5 and <=10 then 4 marks
> 3 and <=5 then 2 marks
10
Schedule E
Valid HR Certificate
as per “ANNEXURE-16”
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 17 of 128
In addition to meeting the pre-qualification criteria mentioned above, only bidder(s) that meet the above
mentioned criteria and scored minimum 70 % of technical evaluation criteria i.e. 35 marks out of total 50
marks shall be eligible.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 18 of 128
4. SCOPE OF WORK, DELIVERABLES & TIMELINES
The selected bidder shall operate and maintain the Bhamashah State Data Centre Jaipur and DR Site
Jodhpur for a period of 3 years from the date of Work Order. The minimum specified work to be
undertaken by the selected bidder for providing IT FMS services has been categorized as under:
i. IT FMS Services for equipment’s/items and related services for the equipments installed or to be
installed at Bhamashah State Data Centre, Jaipur and DR Site Jodhpur during the contract period
ii. Co-location support to user departments/agencies for the equipment’s installed in Bhamashah
State Data Centre, Jaipur and DR Site Jodhpur wherever FMS services are not applicable.
1) Facility Management services for equipment’s/items
The following are the major activities to be carried out.
i. Asset Management Services
a. Tendering authority will provide the current list of assets to the selected DCO. The DCO
shall be required to create and maintain database of all the assets procured/installed in
the Data Centres as per following details:
i. The database should have information like make, model, configuration details,
serial numbers, licensing agreements, warranty and AMC details, place/location of
installation etc.
ii. The DCO shall be required to create and maintain Software inventory with
information such as Licenses, Version Numbers and Registration Details along
with their configuration details and history.
b. The DCO shall be required to record installation and removal of any equipment and
inform tendering authority even if it is temporary.
c. The DCO shall be required to perform software license/patch management and notify
tendering authority on licensing contract renewal before 3 months of expiry.
d. The DCO shall be required to register all software ( in case not registered) with respective
OEMs however renewal cost for the licenses shall be taken care by tendering authority
e. The DCO shall use existing software for Asset Management Services with integration of
DCIM tool, if possible.
ii. Preventive Maintenance Services
The DCO or DCO in co-ordination with equipment service provider shall provide preventive
maintenance services for all the equipment’s for which maintenance services are to be provided by
DCO at least once in every quarter. The preventive maintenance shall include
a. Cleaning and removal of dust and dirt of the equipment with appropriate precautions.
b. Conduct inspection (check for loose contacts in the cable and connections etc.), health
checking of all components of the equipment’s, testing, satisfactory execution of
diagnostics and necessary repairing of equipment.
c. DCO shall intimate and take due approval from purchaser before carrying out preventive
maintenance activity.
iii. Corrective Maintenance Services
The details of the work to be undertaken by DCO are as follows:
a. Troubleshooting of problems related to the equipment’s/network/services and
rectification of the same.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 19 of 128
b. DCO shall co-ordinate with respective OEM for supplied items/maintenance service
agency for repairing/ replacement of defective parts/components.
c. Get Replaced parts/components beyond repair with parts/components of same or better
specifications ensuring compatibility.
d. Get arranged suitable standby for parts/components with same or better specifications till
the time the original part/component if repaired or replaced so that daily business is not
affected.
e. The Maintenance support for equipment’s shall include all passive components like
screws, clamp, fasteners, ties anchors, supports, ground strips, wires, fibre connecting
kits, gears, spares, power-cables, lightening, Network cables etc.
f. Maintenance support services pertaining to Cabling and OFC shall include:
i. Splicing, repairing & testing of OFC.
ii. Re-fixing/shifting of cables/OFC whenever switches and racks are shifted or
otherwise.
iii. Removing and laying of UTP cable and I/Os with casing, etc in case renovation
activity is undertaken in any of the data centres covered under the project.
iv. Replacement/repair of OFC/UTP/Power cables & connectors/ ports/ equipment
on entire laying route within the data centre
v. Maintenance of cables and conduits of equipments
vi. Documentation of problems, isolation, cause and rectification procedures for
building knowledge base for the known problems.
iv. Configuration and reconfiguration/rollback of equipment’s/network/services
a. The DCO shall be responsible for configuration/re-configuration/rollback of all the
equipment’s /Software /services as and when required.
b. The DCO shall maintain a record of hardware and software configurations of all
equipment’s including the details of different policies implemented on the devices such as
VLAN configurations, access control lists, routing filters, clustering details etc. DCO shall
keep regular backups of the configurations of each of the devices.
c. DCO shall adhere to the change management procedures already defined to ensure that
no unwarranted changes are carried out on the devices. All the changes must be formally
approved by the DCO designated team leaders and recorded. The Purchaser /designated
agency shall communicate such change management procedures and their amendments
made time to time.
d. DCO shall do proper version management of all the configurations.
e. DCO shall ensure that these configurations are not accessible in general and must be kept
confidential with the Purchaser and project manager as per security policy of Data centre.
f. DCO shall have the capabilities to configure or reconfigure hardware/software installed in
data centres during the contract period.
v. Vendor Management Services
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 20 of 128
DCO shall coordinate with external vendors for upkeep of equipment’s/software/services to meet the
SLA and shall liaison with respective vendors/OEMS for repairs/replacement of items and/or
update/upgrade/troubleshoot the software/services. To perform this activity, the DCO shall
a. Maintain equipment/software/service wise database of the various vendors and service
providers with details like contact person, telephone numbers, escalation matrix,
response time and resolution time commitments, expiry date of Maintenance
Services/Warranty/Software Assurance/Support etc.
b. Log and escalate the calls with respective vendors/OEM/service providers within 1 hour
from occurrence of incident/ problem, repetitive pursuance and coordinate with them to
get the equipment repaired/problems resolved.
vi. Network Management Services
The scope of work under network management services would include –
a. To ensure continues operation and upkeep of the LAN Infrastructure at the Data Centres
including all active and passive components so that the network is available 24 x7 as per
the prescribed SLA.
b. Configuration/Reconfiguration/deployment and Management of various policies like
Security policies, Access policy, IP Policy, routing policy, firewall policies etc. as per ISO
requirements for providing accessibility between external links and their infrastructure
hosted at the Data Centres in co-ordination with respective vendors including but not
limited to opening/closing of specific ports on network devices.
c. Configuration, management and maintenance of Network Management Software
deployed at the Data Centres.
d. Performance tuning to ensure resilient performance, reliability and high availability of the
network services. A performance matrix has to be provided by vendor to the Tendering
Authority on monthly basis and as and when required.
e. Coordination with National Informatics Centre, Jaipur/Delhi for NKN.
f. The DCO shall also be responsible for integration, management, maintenance
configuration/reconfiguration of any additional Internet Bandwidth/networks which
needs to be integrated with SDC network during entire contract period.
g. The DCO shall be responsible to monitor the availability of various links and their packet
drop, latency and utilization at the Data Centres network .The DCO shall also maintain logs
on the basis of time, interface, IP address, application wise etc. for traffic analysis for the
requisite period defined in respective policies.
vii. Server Management Services
DCO has to provide these services for existing servers and servers to be procured in future.
a. DCO shall manage the servers on end-to-end basis including server administration,
performance tuning, hardware and software support and upkeep of the server. The DCO
shall also undertake installation/re-installation of all the servers in terms of operating
system, databases, clusters, virtualization, Application Server software, latest Software
updates/upgrades, patches etc.
b. DCO shall provide device/peripherals management, user management, file system
management, files management services for the servers.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 21 of 128
c. DCO shall implement operating system security/hardening and application server
software level security for the servers.
d. DCO shall deploy and upload/configure/host and manage web sites, application software
and databases on the servers as per requirement and poicies. The DCO shall also
coordinate and provide all assistance/services to the purchaser and the users of
respective websites/applications for smooth operations and resolution of day to day
problems.
e. DCO shall assign rights on servers to different user’s w.r.t. FTP, Remote Access etc. as per
defined policies.
f. DCO shall also maintain and manage Domain Name Server (DNS).
g. DCO shall be responsible to maintain optimum utilization of all the equipment’s w.r.t.
keeping close watch on optimum performance of Hardware/OS/Network
software/processes/database with detecting contention, wait state and queue of jobs on
the equipment’s, Network, I/O, storage/concurrent load on the devices, etc. and
implementing necessary measures to rectify the issues. A performance matrix has to be
provided by vendor to the Tendering Authority on monthly basis and as and when
required.
viii. Backup & Recovery Management Services
a. DCO shall ensure periodic backups of all the servers OS through the backup servers
installed in the Data Centres as per policy/ guidelines.
b. DCO shall take backup of VM’s, Server Configuration, Databases, and Storage etc.
c. The DCO shall restore the backups as and when required with having minimum downtime.
d. DCO shall be responsible for proper labelling and housing of the backup media for
identification and retrieval.
e. DCO shall be responsible for Backup tool and Storage Manager Installation, configuration,
administration, maintenance and troubleshooting.
f. Transfer of data from one Data Centre to another Data Centres/ DR Sites.
ix. Help Desk Support
a. The DCO shall provide 24 x 7 help desk support from State Data Centre to all Users/User
departments whose servers are hosted in SDC.
b. The DCO shall maintain ITIL Compliant helpdesk tool including configuration/
reconfiguration/ upgrade/update.
c. DCO shall log all calls received through any medium viz. telephone/email/in writing/in
person, shall generate a ticket mentioning type of problem, Severity level etc. using
helpdesk tool and forward the same to concerned FMS team/person, Project OIC(s) and
user.
d. The DCO shall provide various services to different users on demand basis as and when
required as mentioned in RFP. The request would be made on help desk by the user by
dedicated help line number/Specific email account and DCO shall get approval from the
officer in charge of the Data Centres as designated by the purchaser. The resolution time
for such services would be as per SLA. However, the purchaser/authorized entity may
scale up the severity level depending upon the requirements.
e. The indicative lists of such services but not limited to as under -
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 22 of 128
i. Change Request for opening/closing of a Port on device
ii. Request for FTP rights
iii. Request for Internet Access as per policy
iv. Request for DNS Entry
v. Request for uploading of Web Site/Applications/Databases on
Web/Application/database servers in non-virtualized, virtualized, cloud
environment in the Data Centres as per the requirement.
vi. Change request for Routing Policies
vii. Change Request for Firewall Policy
viii. Request for Installation/Re-Installation of Servers/OS etc.
ix. Request for Installation/Re-Installation of Databases
x. Request for assigning rights on devices/servers/database/network
x. Data base management services
a. DCO shall undertake tasks of managing changes to database schema, creation/alteration
of Database, disk space, storage, user roles, parallel distribution of data on storage to
balance the I/O load.
b. DCO shall periodically perform configuration checks and fine tune the databases with
respect to performance and proactive identification of potential problems
c. DCO shall provide performance monitoring, Maintenance and tuning of the databases on
a regular basis as well as proactive health check-ups.
d. DCO shall manage database upgrade, patch upgrade, patches, and updates as and when
required with planned minimal downtime.
e. DCO shall provide database performance and health reports to the purchaser as per
standards.
f. DCO shall assign rights on database for different users.
g. DCO shall upload / create/alter users and assigning privileges and Roles
h. DCO shall create logical objects/procedures/triggers/functions/packages in the data base
on the request of designer/developer of the applications.
i. DCO shall be responsible for taking database backups, restoration and recovery of
Database as per the policy.
j. The backup policy would be framed by the DCO keeping in view of severity of different
databases and MTTR. The policy would be approved by the Tendering Authority and
gradually be updated as per requirements.
k. DCO shall be responsible to maintain optimum utilization of all the equipment’s w.r.t.
database operations and keeping close watch on optimum performance of
Hardware/OS/Network software/processes/database objects with detecting contention,
wait state and queue of jobs on the equipment’s/memory objects/ processes/ Network/
I/O/ storage/concurrent load on the devices, etc. and implementing necessary measures
to rectify the issues. A performance matrix has to be provided by the bidder to the
Tendering Authority on monthly basic and as and when required.
l. DCO shall implement monitoring of uses of devices/objects/users as and when required.
m. DCO shall be responsible for implementing Database Audit of devices/ objects/
transactions/ users to identify malicious/suspected activities as and when required
through database tools or writing its own scripts.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 23 of 128
xi. Storage Administration and Management Services
The bidder shall be responsible for the configuration/reconfiguration and management of the storage
solution and shall provide the following services:
a. Manage key resources in the Storage solution
b. Manage interconnects between key resources in the Storage solution
c. Receive asynchronous notification that the configuration of the Storage solution has
changed
d. Manage the health of key resources in the Storage solution
e. Manage the available performance of interconnects in the Storage solution
f. Receive asynchronous notification that the performance of the Storage interconnect
solution has changed
g. Manage the zones being enforced in the Storage solution
h. Manage the storage volumes in the Storage solution
i. Manage the connectivity and access rights to Storage Volumes in the Storage solution
j. To facilitate the purchaser in connecting to the Storage later and provide access rights as
required.
k. To ensure optimum uses of storage and to provide advisory.
xii. Security Administration and Management Services
The objective of this service is to provide a secure environment in compliance to the ISO security
policy. This service includes:
a. Addressing the ongoing needs of security management including, but not limited to,
monitoring, troubleshooting of various devices/ tools such as firewall, IPS/IDS, virus
protection, and vulnerability protection through implementation of proper patches,
procedures and rules.
b. Maintaining an updated knowledge base of all the published security vulnerabilities and
virus threats for related software and microcode etc.
c. Ensuring that latest patches/ workarounds for identified vulnerabilities are applied
immediately. Any up-gradation of software such as antivirus signatures etc. in the Data
Centres shall be the responsibility of the DCO during the entire period of FMS. DCO shall
enforce update/upgrade management.
d. Respond to security breaches or other security incidents by taking corrective measures,
providing guidelines to users and coordinate with respective OEM in case a new threat is
observed to ensure that workaround /patch is made available for the same.
e. Maintenance and management of security devices, including, but not limited to
maintaining firewall services to restrict network protocols and traffic, detecting intrusions
or unauthorized access to networks, systems, services, applications or data, protecting
email gateways, firewalls, servers, from viruses.
f. Ensuring that the security policy is maintained and updates to the same are made
regularly as per ISO 27001, BS 7799 and BS 15000 guidelines.
g. Compliance of security regulations defined by Government of India or any other Govt.
Authorized agency such as CERT-IN etc.
xiii. ISO 27001 and ISO 20000 certification and sustenance for 3 Years
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 24 of 128
a. It is the responsibility of bidder to get a fresh ISO certificates for BSDC and DR Site,
Jodhpur and sustenance of the same till the Project End Date at his own cost.
b. For the maintenance of these certifications, the DCO is required to adhere to all the
policies and ensure documentation and maintenance of reports as required for
maintaining the certification.
c. DCO would be responsible for operating, monitoring, reviewing, maintaining and
improving the Information Security Management System and Facility Management
Services at the Data Centres till project End date.
d. DCO has to coordinate with authorized certifying agencies for maintaining the continuity
of the certifications and receive the continuity certificates from authorised certifying
agencies till the end of the project period. The DCO will correspond with and provide all
relevant information to the certifying agencies for the purpose. All the cost towards
maintenance and for new/continuity/extension, as the case may be, of the certificates will
be borne by the DCO for the entire project period. Fees and other expenses payable to the
certification agency shall be borne by the bidder.
e. Activities to be performed for ISO certification
i. Current state assessment of ISO 20000/27001 processes, technologies, skills and
operations
ii. Gap analysis and recommendations for improvement based on ISO 20000/27001
requirements
iii. Design and development of new/modified policies/ processes
iv. Recommendations on updation of new/modified ITSM/ISMS as and when
required
v. Deployment of new/changed processes
vi. Training of operating personnel on processes
vii. Handholding the operating personnel for audit readiness
viii. Certification
ix. Support for 3 years
f. Min. Bidder Resources on site for implementing/achieving ISO 27001 and ISO 20000
Certification is as follows:
i. Process/tools consultant ISO 27001: 1No.
ii. Process/tools consultant ISO 20000: 1No.
2) Co-location support to user’s for the equipment’s
In Co-Location the user brings their own hardware and software such as servers, storage & racks (optional),
operating systems, applications etc. The DCO would provide the common services like space,
uninterrupted power, cooling and physical security including firefighting and Surveillance, path for user’s
own connectivity, unsecured network connectivity, physical operation support (like switching on/off of
equipment, plugging/unplugging power & network cables, placing/ removing media such as CD/DVD in
physical drive, escorting of service engineer to equipment location etc.) for existing co-located
infrastructure as well as any other infrastructure that may be co-located in future during the project
period.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 25 of 128
3) Table for O&M (Operation and Maintenance) Reports
Sr. Scope of Work Activity Deliverable Timeline
Facility
Management
Services and Co-
location Support
I. Asset Management
Services
List of Hardware/Software with
all details as mentioned in Scope
of Work under Asset
Management Services clause.
Within 15
days from the
end of
respective
quarter II. Preventive
Maintenance Report
Equipment wise and date wise
detailed reports of preventive
maintenance services provided
during the quarter along with
copy of call report.
Assessment report of
performance and future
requirement with respect to the
equipment’s covered under
preventive maintenance.
III. Corrective
Maintenance
Reports
Equipment wise and date wise
detailed and MIS reports of
corrective maintenance services
got provided during the quarter
IV. Configuration and
reconfiguration/
rollback of
equipments /
network / services
Configuration document (latest)
for selected equipments/
software, as may be finalized by
tendering authority as per
approved format.
V. Vendor
Management Report
Date wise details of calls logged
with external vendor and their
resolution time in order to
monitor compliance with the
SLA signed with the respective
vendor, if any.
VI. Network
Management Report
Network up time report of all
network devices and network
connectivity links/ leased lines
Performance Matrix report
monthly/quarterly
VII. Server Management
Report
a. updates/upgrades, patches
history report
b. Server up time report along
with logs
VIII. Backup and
recovery services
Exception report along with
related logs
IX. Help Desk Support Detailed SLA compliance report
and logs
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 26 of 128
Sr. Scope of Work Activity Deliverable Timeline
X. Database
Management Report
Performance, Growth and
Patching reports as per the
scope
XI. Storage
Management Report
Utilization and capacity reports
as per the scope
XII. Security
Administration
Exception report as per the
scope
XIII. Service Levels Service Level Reports
Note: DCO has to provide all the reports and deliverables mentioned above and provide any
additional reports as required by purchaser as and when required.
4) Manpower Resource Table at BSDC, Jaipur
S.No. Role
6:00 AM to 3:00 PM
9:30 AM to 6:30 PM
2:00 PM to 11:00
PM
10:00 PM to 7:00 AM
TOTAL 1ST
YEAR 2ND YEAR
3RD YEAR
1 2 3 4 5 6 7 8 9 10
1 Sr. Project Manager 0 1 0 0 1 1 1 1
2 Project Manager 1 1 1 1 4 4 4 4
3 Quality Manager 0 1 0 0 1 1 1 1
4 Cloud Specialist L4 0 1 0 0 1 1 1 1
5 Cloud Specialist L3 2 3 3 2 10 6 8 10
6 Database Administrator L4-(Oracle)
0 1 0 0 1 1 1 1
7 Database Administrator L3-(Oracle)
1 2 2 1 6 4 5 6
8 Database Administrator L2-(Oracle)
2 3 3 2 10 6 8 10
9 Database Administrator L4-(MS SQL, PG SQL and My SQL)
0 1 0 0 1 1 1 1
10 Database Administrator L3-(MS SQL)
1 2 2 1 6 4 5 6
11 Database Administrator L2-(MS SQL)
2 3 3 2 10 6 8 10
12 Database Administrator L3-(PG SQL and My SQL)
1 2 2 1 6 4 5 6
13 Network Specialist – L4
0 1 0 0 1 1 1 1
14 Network Specialist – L3
1 2 2 1 6 4 5 6
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 27 of 128
S.No. Role
6:00 AM to 3:00 PM
9:30 AM to 6:30 PM
2:00 PM to 11:00
PM
10:00 PM to 7:00 AM
TOTAL 1ST
YEAR 2ND YEAR
3RD YEAR
1 2 3 4 5 6 7 8 9 10
15 Network Specialist – L2
2 3 3 2 10 6 8 10
16 Network Security Specialist – L4
0 1 0 0 1 1 1 1
17 Network Security Specialist – L3
1 2 2 1 6 4 5 6
18 System Specialist(Linux) – L4
0 1 0 0 1 1 1 1
19 System Specialist(Linux) – L3
1 2 2 1 6 4 5 6
20 System Specialist (Linux) – L2
2 3 3 2 10 6 8 10
21 System Specialist (Windows) – L4
0 1 0 0 1 1 1 1
22 System Specialist (windows) – L3
1 2 2 1 6 4 5 6
23 System Specialist (windows) – L2
2 3 3 2 10 6 8 10
24 WebSphere Administrator – L3
1 2 2 1 6 4 5 6
25 EMS Engineer – L3 0 1 0 0 1 1 1 1
26 EMS Engineer - L2 2 2 2 2 8 4 6 8
27 Storage Engineer – L4 0 1 0 0 1 1 1 1
28 Storage Engineer – L3 1 1 1 1 4 4 4 4
29 Storage Engineer - L2 2 3 3 2 10 6 8 10
30 Backup Recovery Engineer – L4
0 1 0 0 1 1 1 1
31 Backup & Recovery Engineer– L3
2 2 3 3 10 6 8 10
32 HelpDesk Support Staff
2 3 3 2 10 6 8 10
33 Network Cable Technicians
1 2 1 1 5 5 5 5
34 Office Assistance 4 12 6 4 26 18 22 26
TOTAL 35 72 54 36 197 133 165 197
5) Manpower Resource Table at DR Site, Jodhpur
S.No. Role
6:00 AM to 3:00 PM
9:30 AM to 6:30 PM
2:00 PM to 11:00
PM
10:00 PM to
7:00 AM TOTAL
1ST YEAR
2ND YEAR
3RD YEAR
1 2 3 4 5 6 7 8 9 10
1 Project Manager 0 1 0 0 1 1 1 1
2 Quality Manager 0 1 0 0 1 1 1 1
3 Database 0 1 0 0 1 1 1 1
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 28 of 128
S.No. Role
6:00 AM to 3:00 PM
9:30 AM to 6:30 PM
2:00 PM to 11:00
PM
10:00 PM to
7:00 AM TOTAL
1ST YEAR
2ND YEAR
3RD YEAR
1 2 3 4 5 6 7 8 9 10
Administrator L3-(Oracle)
4 Database Administrator L2-(Oracle)
1 1 1 1 4 4 4 4
5 Database Administrator L3-(MS SQL)
0 1 0 0 1 1 1 1
6 Database Administrator L2-(MS SQL)
1 1 1 1 4 4 4 4
7 Database Administrator L3-(PG SQL and My SQL)
0 1 1 1 3 3 3 3
8 Network Specialist & Security – L3
0 1 1 0 2 2 2 2
9 Network Specialist – L2
1 1 1 1 4 4 4 4
10 System Specialist– L3
0 1 1 0 2 2 2 2
11 System Specialist – L2
1 1 1 1 4 4 4 4
12 EMS Engineer - L2 1 1 1 1 4 4 4 4
13 Storage Engineer – L2
1 1 1 1 4 4 4 4
14 Backup & Recovery Engineer– L2
1 0 1 2 4 4 4 4
15 HelpDesk Support Staff
1 1 1 1 4 4 4 4
16 Network Cable Technicians
0 1 0 0 1 1 1 1
17 Office Assistance 2 4 2 2 10 10 10 10
TOTAL 10 13 13 12 54 54 54 54
6) Minimum Qualification, Relevant Experience & Certifications
S.No. Role Min. Qualification, Relevant Experience &
Certifications
Penalty on Non-
availability of
each resource per
day
1 2 3 4
1. Sr. Project Manager B.E./B.Tech/MCA + MBA/PGDBM/PGDM + 15
Years relevant experience in IT/ITeS (minimum 12000
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 29 of 128
S.No. Role Min. Qualification, Relevant Experience &
Certifications
Penalty on Non-
availability of
each resource per
day
1 2 3 4
8 years’ experience for managing data centre)
+ PMP/ PRINCE2 Certified
2. Project Manager B.E./B.Tech/MCA + MBA/PGDBM/PGDM + 10
Years relevant experience in IT/ITeS (minimum
6 years’ experience for managing data centre)
+ PMP/ PRINCE2 Certified
10000
3. Quality Manager B.E./B.Tech/MCA + 10 Years relevant
experience + Certified Lead auditor ISO 20000 /
ISO 27001
10000
4. Cloud Specialist L4 B.E./B.Tech./MCA + 10 Years relevant
experience in IT (minimum 6 years’ experience
in cloud management) + OEM Certified.
8000
5. Cloud Specialist L3 B.E./B.Tech./MCA + 8 Years relevant
experience in IT (minimum 4 years’ experience
in cloud management) + OEM Certified
6000
6. Database Administrator
L4-(Oracle)
B.E./B.Tech/MCA + 10 Years relevant
experience + OEM certified L4 engineer 8000
7. Database Administrator
L3-(Oracle)
B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM certified L3 engineer 6000
8. Database Administrator
L2-(Oracle)
B.E./B.Tech/MCA + 4 Years relevant experience
+ OEM certified L2 engineer 4000
9. Database Administrator
L4-(MS SQL ,PG SQL and
My SQL)
B.E./B.Tech/MCA + 10 Years relevant
experience + OEM certified L4 engineer 8000
10. Database Administrator
L3-(MS SQL)
B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM certified L3 engineer 6000
11. Database Administrator
L2-(MS SQL)
B.E./B.Tech/MCA + 4 Years relevant experience
+ OEM certified L2 engineer 4000
12. Database Administrator
L3-(PG SQL and My SQL)
B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM certified L3 engineer 6000
13. Network Specialist – L4 B.E./B.Tech/MCA + 10 Years relevant
experience in Network Management + CCIE or
equivalent
8000
14. Network Specialist – L3 B.E./B.Tech/MCA + 8 Years relevant experience
in Network Management + CCNP or equivalent 6000
15. Network Specialist – L2 B.E./B.Tech/MCA + 4 Years relevant experience
in Network Management + CCNA or equivalent 4000
16. Network Security
Specialist – L4
B.E./B.Tech/MCA + 10 Years relevant
experience in Network Management + 8000
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 30 of 128
S.No. Role Min. Qualification, Relevant Experience &
Certifications
Penalty on Non-
availability of
each resource per
day
1 2 3 4
Certification: CCSE and PCNSE
17. Network Security
Specialist – L3
B.E./B.Tech/MCA + 8 Years relevant experience
in Network Management + Certification: CCSA
and ACE
6000
18. System Specialist(Linux) –
L4
B.E./B.Tech/MCA + 10 Years relevant
experience of different flavors of OS with
Storage + OEM certified L4 engineer
8000
19. System Specialist(Linux) –
L3
B.E./B.Tech/MCA + 8 Years relevant experience
of different flavors of OS with Storage + OEM
certified L3 engineer
6000
20. System Specialist(Linux) –
L2
B.E./B.Tech/MCA + 4 Years relevant experience
of different flavors of OS with Storage + OEM
certified L2 engineer
4000
21. System
Specialist(Windows) – L4
B.E./B.Tech/MCA + 10 Years relevant
experience of different flavors of OS with
Storage + OEM certified L4 engineer
8000
22. System
Specialist(windows) – L3
B.E./B.Tech/MCA + 8 Years relevant experience
of different flavors of OS with Storage + OEM
certified L3 engineer
6000
23. System
Specialist(windows) – L2
B.E./B.Tech/MCA + 4 Years relevant experience
of different flavors of OS with Storage + OEM
certified L2 engineer
4000
24. WebSphere Administrator
– L3
B.E./B.Tech/MCA + 8 Years relevant experience
of different flavors of OS with Storage + OEM
certified L3 engineer
6000
25. EMS Engineer – L3 B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM(HP Open view ) certified L3 engineer 6000
26. EMS Engineer - L2 B.E./B.Tech/MCA + 4 Years relevant experience
+ OEM(HP Open view ) certified L2 engineer 4000
27. Storage Engineer – L4 B.E./B.Tech/MCA + 10 Years relevant
experience + OEM certified L3 engineer 8000
28. Storage Engineer – L3 B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM certified L3 engineer 6000
29. Storage Engineer - L2 B.E./B.Tech/MCA + 4 Years relevant experience
+ OEM certified L2 engineer 4000
30. Backup & Recovery
Engineer– L4
B.E./B.Tech/MCA + 10 Years relevant
experience + OEM certified L4 8000
31. Backup & Recovery
Engineer– L3
B.E./B.Tech/MCA + 8 Years relevant experience
+ OEM certified L3 6000
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 31 of 128
S.No. Role Min. Qualification, Relevant Experience &
Certifications
Penalty on Non-
availability of
each resource per
day
1 2 3 4
32. Help Desk Support Staff Graduate/Diploma in Computer Science/IT
with 3 Year relevant experience 1000
33. Office Assistance Min. Class 10th with 3 Year relevant experience 500
7) FMS Manpower Responsibilities
Sr. Project Manager
Should be responsible for all kind of communications with all the stakeholders like DoIT&C /RISL/
PSU/Corporations/ Other Govt. Departments/ respective vendors & OEM
Should be responsible for the project management throughout the entire project lifecycle,
including project initiation, project delivery, stakeholder management, post implementation
review and project close out / handover.
Should have to work closely with other team members and Shall be responsible for overall work
assigned to DCO
Should be responsible to facilitate implementation of ISO Standards in SDC
Should be responsible to implement International Best Practices in relevant area of data center like
Security, DR Implementation, and Cloud Implementation etc.
Should be responsible for delivery of all project deliverables as per RFP
Should provide technical solutions and strategic recommendations to enhance services
Shift Management
Vendor Management
Should communicate technical ideas to technical and non-technical stakeholders is critical.
Additionally, the ability to document support procedures to ensure that deployed systems are
properly maintained and supported.
Project Manager
Should be responsible for the project management throughout the entire project lifecycle,
including project initiation, project delivery, stakeholder management, post implementation
review and project close out / handover.
Should have to work closely with other team members and Shall be responsible for overall work
assigned to DCO
Should be responsible to facilitate implementation of ISO Standards in SDC
Should be responsible to implement International Best Practices in relevant area of data center like
Security, DR Implementation, and Cloud Implementation etc.
Should be responsible for delivery of all project deliverables as per RFP
Should provide technical solutions and strategic recommendations to enhance services
Shift Management
Vendor Management
Quality Manager
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 32 of 128
Should be responsible to facilitate implementation of ISO Standards in SDC
Should be responsible to implement International Best Practices in relevant area of data center
Should be responsible for delivery of all project deliverables as per RFP
Should be SPOC for internal and external audits
Should be responsible for closer of all audits finding(CAPA)
Should be responsible for Conduct audits and reviews of systems, applications, operation and IT
processes. Prepare and report results to executives and Audit Committees.
Provide Business and IT management with guidance on IT risk management matters
Should communicate technical ideas to technical and non-technical stakeholders is critical.
Additionally, the ability to document support procedures to ensure that deployed systems are
properly maintained and supported.
Cloud Specialist L4
Responsible for overall establishment and maintenance of cloud environment in Data center.
Designing large scale heterogeneous cloud environment for Data Center
Should be collaborates with technical leadership and business stakeholders to develop cloud
solutions to meet operational goals for high availability, performance, stability, security, and cost
efficiency
Configuration of cloud Environment/ orchestration layer as required by tendering authority
Should be able to provide services like IAAS, PAAS & SAAS
Should be able to Build service catalogues, blueprints, and automated workflows
View and analyse summary data on cloud resource deployments
Install and configure the Cloud Management application for the departments (for example, AWS,
Azure, or VMware)
Monitor requests and key metrics for cloud resources
Plan and conduct technical tasks associated with the support, implementation and maintenance
of cloud application infrastructure.
Identify ways in which new services and modifications or enhancements to current product
catalogue can be successfully implemented.
Improve system monitoring and alerting to improve incident time to resolution while decreasing
false positives.
Improve system logging and benchmarking in order to fine tune application infrastructure and
gain better insight into system issues and performance.
Co-ordinate with internal teams and handle escalations to ensure issues are resolved quickly with
least customer downtime.
Cloud Specialist L3
Designing large scale heterogeneous cloud environment for Data Center
Configuration of cloud Environment/ orchestration layer as required by tendering authority
Should be able to provide services like IAAS, PAAS & SAAS
Should be able to Build service catalogues, blueprints, and automated workflows
View and analyse summary data on cloud resource deployments
Install and configure the Cloud Management application for the departments (for example, AWS,
Azure, or VMware)
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 33 of 128
Configure default lease settings
Set pricing for the catalogue items
Develop cloud solutions, design specifications, policies, procedures and organizational cloud
deployment and support standards
Update systems to support new development and technology initiatives.
Deploy and manage internal as well as customer-based virtual machines via a Cloud-based portal.
Database Administrator L4-(Oracle)
Should be SPOC for all Oracle Database incidents, installations, upgradations, migration, clustering,
performance tuning activities and patching
Should be responsible for the delivery of all Oracle database deliverables as per RFP
Should lead a team of L3/L2 DBAs and ensure that they utilize established ITIL processes for change
control, problems, incidents and service calls.
Should be responsible for establishing and maintaining Database Security, Backup and Recovery
policies and procedures
Should be responsible for Oracle Database tuning, Performance tuning, Database troubleshooting
that includes rigorous performance checks/root cause/analysis of database instances using
provided tools.
Should provide corrective action plans to mitigate risks prior to (or just after) production upgrades
to minimize performance issues.
Should be able to implement and manage Active Data Guard for data replication at DR Site and
have knowledge of Advanced Security, Database Vault and Audit Vault.
Should be responsible for implementing Database Audit of databases/objects/transactions/ users
to identify malicious or suspected activities as and when required through database tools.
Should plan and manage database upgrade, patch upgrade as and when required with minimal
downtime.
Should create and review SOP’s for various day to activities/incidents
Should interact with Oracle Corporation for technical support.
Patch Management and Version Control
Database Administrator L3-(Oracle)
Should work in 24*7 rotational shifts to support Oracle Database activities.
Should manage creation/alteration of Database, changes to database schema, creation/alteration
of user and its roles and privileges
Periodically perform configuration checks and fine tune the databases with respect to
performance and proactive identification of potential problems
Should be responsible for management and maintenance of Database Security, Backup and
Recovery policies and procedures
Should create SOP’s for various day to activities/incidents
Should be responsible of designing and reviewing database reports on periodic basis as per RFP
Should have knowledge of Active Data Guard with management and maintenance of standby
databases at DR.
Should participate in database upgrade, patch upgrade as and when required
Should interact with Oracle Corporation for technical support.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 34 of 128
Patch Management and Version Control
Database Administrator L2-(Oracle)
Should work in 24*7 rotational shifts to support Oracle Database activities.
Should upload / create/alter users and assigning roles and privileges
Should able to perform export/import, database creation, basic troubleshooting
Should administer and create all database objects and users on the request of developer of the
application team.
Should create basic Oracle database daily/monthly/quarterly reports on periodic basis as per RFP
and distribute the same to respective stakeholders
Should follow processes for change control, problems, incidents, service calls and manage the
incident/tickets at provided tool
Should be responsible to maintain optimum utilization of all the equipment’s w.r.t. database
operations and keeping close watch on optimum performance of database
Should monitor Database, OS, Network, Database processes, Database objects on regular basis and
implement necessary measures to rectify the issues
Database Administrator L4-(MS SQL, PG SQL and My SQL)
Should be SPOC for all MS SQL, PG SQL and My SQL Database incidents, installations,
upgradations, migration, clustering, performance tuning activities and patching
Should be responsible for the delivery of all MSSQL, PG SQL and My SQL database deliverables as
per RFP
Should lead a team of L3/L2 DBAs and ensure that they utilize established ITIL processes for change
control, problems, incidents and service calls.
Should be responsible for establishing and maintaining Database Security, Backup and Recovery
policies and procedures
Should be responsible for Database tuning, Performance tuning, Database troubleshooting that
includes rigorous performance checks/root cause/analysis of database instances using provided
tools.
Should provide corrective action plans to mitigate risks prior to (or just after) production upgrades
to minimize performance issues.
Should be able to implement and manage standby database for data replication at DR Site. Must
have sound knowledge of Failover clustering, Log shipping and Database mirroring.
Should be responsible for implementing Database Audit of databases/objects/transactions/ users
to identify malicious or suspected activities as and when required through database tools.
Should plan and manage database upgrade, patch upgrade as and when required with minimal
downtime.
Should create and review SOP’s for various day to activities/incidents
Should interact with Microsoft Corporation/ respective vendors for technical support.
Patch Management and Version Control
Database Administrator L3-(MS SQL)
Should work in 24*7 rotational shifts to support MS SQL Database activities.
Should manage creation/alteration of Database, changes to database schema, creation/alteration
of user roles and privileges
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 35 of 128
Periodically perform configuration checks and fine tune the databases with respect to
performance and proactive identification of potential problems
Should be responsible for management and maintenance of Database Security, Backup and
Recovery policies and procedures
Should create SOP’s for various day to activities/incidents
Should be responsible of designing and reviewing database reports on periodic basis as per RFP
Should have sound knowledge of Failover clustering, Log shipping and Database mirroring with
management and maintenance of standby databases at DR.
Should participate in database upgrade, patch upgrade as and when required
Should interact with Microsoft Corporation for technical support.
Patch Management and Version Control
Database Administrator L2-(MS SQL)
Should work in 24*7 rotational shifts to support MS SQL Database activities.
Should upload / create/ alter users and assigning roles and privileges
Should able to perform export/import, database creation, basic troubleshooting
Should administer and create all database objects and users on the request of developer of the
application team.
Should create basic MS SQL database daily/monthly/quarterly reports on periodic basis as per RFP
and distribute the same to respective stakeholders
Should follow processes for change control, problems, incidents, service calls and manage the
incident/tickets at provided tool
Should be responsible to maintain optimum utilization of all the equipment’s w.r.t. database
operations and keeping close watch on optimum performance of database
Should monitor Database, OS, Network, Database processes, Database objects on regular basis and
implement necessary measures to rectify the issues
Database Administrator L3-(PG SQL and My SQL)
Should be SPOC for all Postgress and My SQL Database incidents, installations, upgradations,
migration, clustering, performance tuning activities and patching
Should manage creation/alteration of Database, changes to database schema, creation/alteration
of user roles and privileges
Should be responsible for Database tuning, Performance tuning, Database troubleshooting that
includes rigorous performance checks/root cause/analysis of database instances using provided
tools.
Should be responsible for management and maintenance of Database Security, Backup and
Recovery policies and procedures
Should create SOP’s for various day to activities/incidents
Should be responsible of creating PG SQL and My SQL daily/monthly/quarterly database reports on
periodic basis as per RFP and distribute the same to respective stakeholders
Should follow processes for change control, problems, incidents, service calls and manage the
incident/tickets at provided tool
Should have sound knowledge of Streaming Replication, Clustering and Connection Pooling with
management and maintenance of standby databases at DR.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 36 of 128
Should participate in database upgrade, patch upgrade as and when required
Should interact with respective Database vendors for technical support.
Patch Management and Version Control
Network Specialist – L4
Should be able to configure Routing & Switching platforms, Palo Alto, Juniper, Riverbed, RSA,
knowledge of load balancer (LTM,GTM,APM,ASM)
Provide layer 4 network support in a multi-vendor environment (Cisco, Juniper JunOS, Brocade )
Should be able to configure services like DHCP, IPsec, ARP, NAT, ACL, PBR, VSS, vPC, GRE tunneling,
IP SLA/object tracking
Should be able to reading and understanding packet captures using Sniffer and/or
Ethereal/Wireshark and/or Cascade Pilot
Provide support for QOS configuration and troubleshooting of various router/switch
redundancy/failover protocols - HSRP,VRRP, RPR,SSO etc
Vendor coordination and escalation incident and Problem management
Should be able to configure TACACS and RADIUS authentication
Should be able to configure Cisco Nexus platform N5K, N7K, N2K's
Coordinate with project managers for network on-boarding activities in support of customer
activations.
Work along with multiple ISPs and our clients in order to provide solutions and implementation
assistance for SDC datacenters. Fix communication issues between our customers' networks and
ISPs.
Provide level 4 technical support, guidance and direction for products supported.
Analyse and resolve escalated problems.
Ensure integrity of supported environment.
Actively and pre-emptively determine possible faults and causes by the execution of pre-
determined health and operational checks.
Investigate, identify and document proposals that will improve application recoverability.
Document and implement changes to technical standards as required.
Change and problem management targets are exceeded
Ensure that customer satisfactory levels are exceeded
Must have excellent team working skills balanced with ability to work alone and a positive
attitude.
Familiarity with ITIL process
Work together with other teams (ie: Linux, Windows, Database, SAP, among others) to implement
and resolve connectivity issues
Help with audits and reports related to the network
Troubleshoot, debug and restore failed services as soon as possible to minimize impact to the
services.
Network Specialist – L3
Should be well versed in Switching, Routing and network equipments.
Should have good knowledge in monitoring network with tools (HPopen, PRTG, Netflow, etc)
Should have worked on large scale network.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 37 of 128
Management of Configuration changes of switches/routers when required & periodic backup of co
nfigurations
Should be able to configure and troubleshooting of Layer2 protocols, such as: VLAN, Private
VLANS, VTP, STP, DTP, Trunking, Stacking, Etherchannel, DOT1Q, ISL, SVI etc.
Should be able to configure and troubleshooting of Layer3 Protocols such as: BGP, EIGRP, OSPF,
Static Routing, High Availability Protocols (HSRP,VRRP,GLBP), Floating Static Routing, Failover etc.
Should provide support for IPv4, IPv6, NTP, ACLs, Route-map, Prefix-Lists, PBR, AAA, Tacacs,
RADIUS, CEF, IPv6 CEF, SLA, TRACK, SNMP, EEM, Syslog, Flow-export, RADIO.
Should be able to configure and troubleshooting of Network Load Balancers Datacenter core
switching and routing upgrade & maintenance.
Router access control management.
Fault management of routers and switches.
Corrective actions to resolve faults to ensure high network uptime.
Troubleshooting and debugging of problems.
Deploy monitoring tools for identifying problem areas and early rectifications if require.
Periodic fine‐tuning to ensure optimal network availability
Regular checking for proper functioning of network and assets deployed
Should be well versed with NMS tools.
Incident, Change and Configuration Management, IOS Upgradation, change request management.
Network Specialist – L2
Responsible for carrying out daily hardware and software monitoring tasks
Configuring and reacting to hardware and software alerts, datacenter network equipment’s
Updates and patching, performing maintenance of network equipment’s and assessing
environmental security.
Carrying out successful daily datacenter operations
Locating faults on the network, and pinpointing the reason for the fault,
Monitoring performance of the WAN/LAN connectivity and report on the same,
Escalating problems and bottlenecks on the network to the Network Engineer team,
Network Security SpecialistL4
Design, configure, implement and maintain all security platforms and their associated software,
such as routers, switches, firewalls, intrusion detection/intrusion prevention, anti-virus,
cryptography systems, SIEM, Anti-SPAM etc.
Design, review and ongoing assessment of firewall, intrusion detection/intrusion prevention, SIEM,
VPN, SSL, application control, Antivirus, and other network & security component policies.
Ensure network security best practices are implemented through auditing: router, switch, firewall
configurations, change control, and monitoring.
Coordinate, and monitor log analysis for our managed services offerings, to ensure customer policy
and security requirements are met.
Maintenance of an updated knowledge base of all the published security vulnerabilities and virus
threats for related software and microcode, including, but not limited to, operating systems,
application servers, web servers, databases, security solutions, messaging solutions, etc.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 38 of 128
Responding to security breaches or other security incidents and coordinate with respective OEMs
of RSDC other eGovernance infrastructure in case of a new threat is observed to ensure that
workaround / patch is made available for the same.
Responsible for periodically reviewing and validating user access rights and privileges
Act as a key liaison between departments and other stakeholders
Network Security SpecialistL3
Design, configure, implement and maintain all security platforms and their associated software,
such as routers, switches, firewalls, intrusion detection/intrusion prevention, anti-virus,
cryptography systems, SIEM, Anti-SPAM etc.
Design, review and ongoing assessment of firewall, intrusion detection/intrusion prevention, SIEM,
VPN, SSL, application control, Antivirus, and other network & security component policies.
Ensure network security best practices are implemented through auditing: router, switch, firewall
configurations, change control, and monitoring.
Coordinate, and monitor log analysis for our managed services offerings, to ensure customer policy
and security requirements are met.
Maintenance of an updated knowledge base of all the published security vulnerabilities and virus
threats for related software and microcode, including, but not limited to, operating systems,
application servers, web servers, databases, security solutions, messaging solutions, etc.
Responding to security breaches or other security incidents and coordinate with respective OEMs
of RSDC other eGovernance infrastructure in case of a new threat is observed to ensure that
workaround / patch is made available for the same.
System Specialist (Windows)-L4
SPOC for all windows servers incident, problem, change management
Work closely with DC Manager & update about all windows server activity
Responsible for managing all windows servers security & reports
Responsible for plan of all windows server up gradation & Licensing
Responsible for backup of all windows servers
Should be able to configure and maintain Clusters
Responsible for managing all windows server tickets & alert management
Meet customer requirements with windows servers configuration, reports, templates, training
and materials
Ensure all necessary windows server documentation & SOP’s was complete and correct at all
times.
Managing IT process for communicating servers downtime/emergency activities to the
organization & vendor management
Training and mentoring team members for handling all windows servers operations, providing
seamless support and managing customer requirements.
Responsible for checking all windows server policy deployment & testing
Responsible for all windows servers data replication between DC & DR
Should be responsible for trouble shooting/Follow up all windows server severity 1 tickets
Should be responsible for managing OEM ticket/Vender management
Should be responsible to follow up ITIL (Incident, Problem & Change) management.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 39 of 128
Prepare RCA for all windows servers domain
Escalation management for all OEM/ Venders
System Specialist (Windows)-L3
Should be responsible for managing all windows servers deployment
Responsible for all Windows server Management
Responsible for all windows server tickets & alert response/resolution time management
Should be responsible for testing all windows server services in DC & DR
Should Plan & schedule train for windows server L2 administrator
Should be responsible for managing all Windows server IP Addressing assignment in DC & DR
Should be responsible for shift roaster management
Should be responsible for trouble shooting all windows server severity 2 tickets
Manage OEM / Vender ticket for all windows servers
Should be able to configure and maintain Clusters
Prepares and maintains weekly and monthly windows server reports
To ensure that servers, processes and methodologies as specified are followed to sure effective
monitoring, control and support of IT Service delivery
Make escalation to upper level related to all windows servers
SLA Management for all OEM/ Venders
System Specialist (Windows)-L2
Responsible for all windows server installation, configuration & basic testing
Responsible for all windows server services installation (AD-DS, DNS, IIS, WDS, Backup, Terminal,
Dockers, container etc.)
Should be responsible to add/remove all windows servers into monitoring tools
Should be responsible for work with windows power shell cmd
Responsible for monitoring all windows servers into monitoring tools
Should be responsible for deployment of windows group policy into domain
Should be responsible for all windows server updates & schedule deployment for WSUS.
Responsible for making request for server down time/Up time
Raise tickets of all windows server OEM/ Vender into respective tools
Coordination & escalation with helpdesk for tickets updates
System Specialist (Linux)-L4
SPOC for all Linux servers incident, problem, change management
Work closely with DC Manager & update about all Linux server activity
Responsible for managing all Linux servers security & reports
Responsible for plan of all Linux server upgradation & Licensing
Responsible for managing all Linux server tickets & alert management
Responsible for managing DNS(BIND), SVN & DHCP, NFS,LVMs
Responsible for troubleshoot Apache HTTPD and manage Transport Layer Security (TLS) for
websites and virtual hosts
Responsible for Security patching (yum, package etc..), Kernel Upgrade and downgrade
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 40 of 128
Meet customer requirements with Linux servers configuration, reports, templates, training and
materials
Ensure all necessary Linux server documentation & SOP’s was complete and correct at all times.
Managing IT process for communicating servers downtime/emergency activities to the
organization & vendor management
Training and mentoring team members for handling all Linux servers operations, providing
seamless support and managing customer requirements.
Responsible for checking all Linux server hardening and policy deployment & testing
Responsible for all Linux servers data replication between DC & DR
Should be responsible for trouble shooting/Follow up all Linux server severity 1 tickets
Should be responsible for managing OEM ticket/Vender management
Should be responsible to follow up ITIL (Incident, Problem & Change) management.
Prepare RCA for all Linux servers domain
Escalation management for all OEM/ Venders
System Specialist (Linux)-L3
Should be responsible for managing all Linux servers deployment
Responsible for all Linux server Management
Responsible for all Linux server tickets & alert response/resolution time management
Should be responsible for testing all Linux server services in DC & DR
Should be responsible for installation, configuration, troubleshooting and monitoring of backups
Should be responsible for managing Linux Cluster
Should be responsible for Performance Tuning and Hardening of Linux servers
Should be responsible for all Linux server patching and upgrade
Should Plan & schedule train for Linux server L2 administrator
Should be responsible for managing all Linux server IP Addressing assignment in DC & DR
Should be responsible for shift roaster management
Should be responsible for trouble shooting all Linux server severity 2 tickets
Manage OEM / Vender ticket for all Linux servers
Prepares and maintains weekly and monthly Linux server reports
To ensure that servers, processes and methodologies as specified are followed to sure effective
monitoring, control and support of IT Service delivery
Make escalation to upper level related to all Linux servers
SLA Management for all OEM/ Venders
System Specialist (Linux)-L2
Responsible for all Linux server installation, configuration & basic testing
Responsible for all Linux server services installation and configuration
Should be responsible for troubleshooting and monitoring of backups
Should be responsible for monitoring of Linux Cluster
Should be responsible for Performance Tuning and Hardening of Linux servers
Should be responsible to add/remove all Linux servers into monitoring tools
Responsible for monitoring all Linux servers into monitoring tools
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 41 of 128
Should be responsible for Os hardening, patching and update
Responsible for making request for server down time/Up time
Raise tickets of all Linux server OEM/ Vender into respective tools
Coordination & escalation with helpdesk for tickets updates
WebSphere Administrator – L3
Designing topologies and recommending architecture choices.
Administering WebSphere-Architecture review, monitoring and health check.
Involved in Configuring WebSphere resources such as JDBC Provider, JNDI, Data Sources and
Connection Pooling in order to connect to JNDI.
Understanding application resource bindings and deployment descriptors.
Tuning, test, tweak and tune various WebSphere settings.
Application upgrades and typical issues with JDK versions.
Logging & Tracing WebSphere tracing, Tivoli Performance Monitor.
Experience in deployment and management of enterprise applications.
Using WebSphere Process Server with different cluster configurations.
Application troubleshooting for performance issues.
Analyse all aspects of the existing infrastructure and recommend modifications that will enhance
system reliability, availability.
Storage Engineer – L4
Should Maintaining partnerships and leveraging market technologies associated with vendors,
product enhancements and product roadmap.
Should responsible for Developing, implementing and overseeing policies and procedures to
ensure consistent storage provisioning, uptime, regulatory compliance and data protection.
Should responsible for Managing and providing current disk/tape storage usage statistics and
providing future projected growth estimates.
Configuration and administration of high performance, mass storage arrays in SAN deployment
and configuration in BSDC Infrastructure.
Should Experience supporting enterprise storage protocols including iSCSI, Fiber Channel, CIFS,
NFS, NDMP, FCoE protocols and hardware which use these products.
Should responsible to develop, implement and oversee policies and procedures to ensure
consistent storage provisioning, uptime, regulatory compliance and data protection.
Should be provide precise technical documentation as well as written ISO9001 methods to assure
various company members of delivery team assist to monitor, troubleshoot and change complex
BSDC atmosphere.
Should have to work closely with other team members and shall be responsible for overall work
assigned to Storage team.
Perform system monitoring, diagnostics, and complex root cause analysis, and implement
corrective measures to prevent future service interruptions.
Storage Engineer – L3
Ensures the success of the functional Systems teams, as it relates to storage, backup and related
technologies and Applies advanced, comprehensive functional knowledge to resolve complex
issues.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 42 of 128
Should provide world-class support as well as technical expertise.
Provide end of road assistance for entire complex environments.
Provide support or training plus leadership to various engineers.
Should implement all technical related solutions for organizational customers.
Should prepare as well as install cost efficient, operational and supportable solutions to attain
complex client needs and SLAs.
Should have exposure to the DR / BCP practices
Provide suitable training to all delivery team members as required.
Learn automated organizational resource functions as well as terminology.
Ensure to learn organization’s alert management platforms, terminology and functions.
Learn and attain thorough knowledge on company product offerings.
Upgrade knowledge regularly on latest OS technologies.
Provide support or training to various engineers
Design and implement storage Disaster Recovery capabilities to meet each applications Recovery
Point Objectives (RPO) and Recovery Time Objectives (RTO) according to their assigned tiers.
Design and implement storage solutions to support high availability requirements integrating key
data center technologies including but not limited to: snapshots, replication, virtualization, and
backup/DR.
Storage Engineer – L2
Should have exposure of SAN System (Storage Management Software, Performance tuning,
Volume configuration), along with the capability of SAN/NAS System Monitoring, Fabric
monitoring, Report generation, First call Handling and would have beginner to intermediate skills.
Should have exposure to the DR / BCP practices.
Should be responsible for Defining, maintaining and implementing procedures for secure disposal
of media and equipment.
Should ensure timely availability of storage space to User Departments.
Should ensure problem and conflict resolution.
Should ensure proper capacity planning.
Should ensure the implementation of the DR and Business Continuity Plan.
Availability, reporting on status, Capacity planning of storages.
Monitoring SAN fabric / Storage / Backup events & respond to events crossing threshold limits
Adding new device to Fabric
Should ensure zoning, LUN Masking and new space allocation to servers.
Should ensure availability of SAN switches and storage devices.
Create and edit documentation for the storage environment.
Time to time update storage capacity availability to management.
Knowledge and practical experience with Windows or Linux server administration.
Ensure storage practices are followed for all change, capacity, performance, and threshold
management
Configures, maintains, and monitors storage infrastructure to enhance availability, improve
performance, and ensure adequate capacity.
Backup Recovery Engineer – L4
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 43 of 128
Should Maintaining partnerships and leveraging market technologies associated with vendors,
product enhancements and product roadmap
Design and implement improvements to the backup environment; ensure the ongoing
maintenance of storage devices.
Analyse performance issues and storage usage patterns. Maintain adequate capacity of all storage
and backup solutions.
Should expertise on Backup hardware (physical and disk-based Virtual Tape Library (VTL) libraries)
and expertise to configure VTL Library.
Should expertise on NAS/SAN backup and zoning concept.
Troubleshoot complex issues and provide solutions.
Excellent problem solving, oral and written communication skills.
Skill in solving technically challenging problems involving Enterprise Backup based critical
application and hardware issues.
Customer contact on the projects/tasks he/she is responsible for availability and capacity
management.
Should have to work closely with other team members and shall be responsible for overall work
assigned to Backup & Recovery team.
Perform Backup monitoring, diagnostics, and complex root cause analysis, and implement
corrective measures to prevent future service interruptions.
Create and implement service improvements plan for backup.
Backup Recovery Engineer – L3
Design, innovate, deploy and follow solutions/procedures to improve working process.
Implementing changes in the Backup environment.
Should Knowledge of Backup hardware (physical and disk-based Virtual Tape Library (VTL) libraries)
and able to configure VTL Library.
Should Knowledge on NAS/SAN backup and zoning concept.
Skill in solving technically challenging problems involving Enterprise Backup based critical
application and hardware issues.
Troubleshoot complex issues and provide solutions
Every-day learn to stay on top of the Backup and Recovery technology
Should Knowledge and practical experience with Windows or Linux server administration
Excellent problem solving, oral and written communication skills.
Ability to work independently and in a team environment.
Perform day to day health checks and Monitoring the backup and recovery environment.
Upgrade backup environments to the latest version, to stay current and receive the newest
features.
Defining, maintaining and implementing procedures to manage media library.
Defining, maintaining and implementing procedures for secure disposal of media and equipment
Responsible for back up data according to scheme.
Responsible for recovery of data in MTTR
Defining, maintaining and implementing procedures for data restoration.
Should able to configure file level, hot/Cold backup of Database and VMware snapshot level
backup and recovery.
Setting up a backup schedule, create the backup policy and define the retention policy of servers.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 44 of 128
Recovering from data loss if the need arises
Create and edit documentation for the Backup environment.
EMS Engineer – L3
Responsible for overall establishment and maintenance of EMS solution in Data center
Provide data, reporting and trends to IT department and others in ad-hoc, weekly, monthly and as
needed
Develop daily, weekly and monthly reports on FMS team productivity
Co-ordinate with internal teams and handle escalations to ensure issues are resolved quickly with
least customer downtime.
Ensuring monitoring and reporting of all assets, service.
Managing the help desk team and evaluate performance
EMS Engineer – L2
Responsible for installation and management of EMS solution in Data centre
Addition and deletion of Datacenter assets in EMS tool
Develop daily, weekly and monthly reports of EMS tools as per requirement
Maintain and develop own knowledge and skills to assist with first time fault resolution
HelpDesk Support Staff
log all calls received through any medium viz. telephone/email/in writing/in person, shall generate
a ticket mentioning type of problem, Severity level etc. using helpdesk tool and forward the same
to concerned FMS team/person, Project OIC(s) and user.
Correctly logging incidents and faults, categorizing and prioritizing them in line with team
procedures
Maintain and develop own knowledge and skills to assist with first time fault resolution
Sharing knowledge with team colleagues
Provide customer feedback to the appropriate internal teams
Operational Hardware, Software and other resources
The DCO shall deploy sufficient devices like desktops, printers, scanners, multi-function devices etc. for
carrying out data center operations and monitoring by it’s manpower resources deployed. The
equipments deployed shall generally not be moved from the place of installation except for the purpose of
repair/ maintenance with permission of tendering authority.
Periodic training to concerned persons for procedures to be followed for ISO Certification shall be
provided by the DCO at no extra cost.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 45 of 128
5. INSTRUCTION TO BIDDERS (ITB)
1) Sale of Bidding/ Tender Documents
a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting
Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding
document shall also be placed on the State Public Procurement Portal and e-Procurement portal.
The prospective bidders shall be permitted to download the bidding document from the websites
and pay its price while submitting the Bid to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the price for it
in cash or by bank demand draft, banker's cheque.
c) Bidding documents purchased by Principal of any concern may be used by its authorised sole
selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers or vice
versa.
2) Pre-bid Meeting/ Clarifications
a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of
the bidding documents.
b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the
NIB and to clarify doubts of potential bidders in respect of the procurement and the records of
such conference shall be intimated to all bidders and where applicable, shall be published on the
respective websites.
c) The period within which the bidders may seek clarifications under (a) above and the period within
which the procuring entity shall respond to such requests for clarifications shall be as under: -
a. Last date of submitting clarifications requests by the bidder: as per NIB
b. Response to clarifications by procuring entity: as per NIB
d) The minutes and response, if any, shall be provided promptly to all bidders to which the procuring
entity provided the bidding documents, so as to enable those bidders to take minutes into account
in preparing their bids, and shall be published on the respective websites.
3) Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason,
whether on its own initiative or as a result of a request for clarification by a bidder, modify the
bidding documents by issuing an addendum in accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is issued which
materially affects the terms contained in the bidding document, the procuring entity shall publish
such modification or clarification in the same manner as the publication of the initial bidding
document.
c) In case, a clarification or modification is issued to the bidding document, the procuring entity may,
prior to the last date for submission of Bids, extend such time limit in order to allow the bidders
sufficient time to take into account the clarification or modification, as the case may be, while
submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time originally
allotted or such extended time as may be allowed for submission of Bids, when changes are made
to the bidding document by the procuring entity:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 46 of 128
Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for
evaluation.
4) Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding
document. A Bid valid for a shorter period shall be rejected by the procuring entity as non-
responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an additional
specified period of time. A bidder may refuse the request and such refusal shall be treated as
withdrawal of Bid and in such circumstances bid security shall not be forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get
extended the period of validity of bid securities submitted by them or submit new bid securities to
cover the extended period of validity of their bids. A bidder whose bid security is not extended, or
that has not submitted a new bid security, is considered to have refused the request to extend the
period of validity of its Bid.
5) Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e. https://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.
c) A Two stage Two cover system shall be followed for the Bid: -
a. Technical Bid, including fee details, eligibility & technical documents
b. Financial Bid
d) The technical bid shall consist of the following documents: -
S. No. Documents Type Document Format
Fee Details
1. Bidding document Fee (Tender Fee) Proof of submission (PDF)
2. RISL Processing Fee (e-Procurement) Instrument / Proof of
submission (PDF)
3. Bid Security Instrument / Proof of
submission (PDF)
Eligibility Documents
4. Bidder’s Authorisation Certificate along with copy of
PoA/ Board resolution stating that Auth. Signatory
can sign the bid/ contract on behalf of the firm.
As per Annexure-4 (PDF)
Technical Documents
5. Tender Form As per Annexure-2 (PDF)
6. Technical Bid Covering Letter As per Annexure-3 (PDF)
7. Self-Declaration As per Annexure-5 (PDF)
8. Certificate of Conformity/ No Deviation As per Annexure-6 (PDF)
9. Declaration by Bidders As per Annexure-7 (PDF)
10. Undertaking on Authenticity of the Services As per Annexure-8 (PDF)
11. Format for Submission of Projects References for PQ
& Technical Experience
As per Annexure-14 (PDF)
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 47 of 128
S. No. Documents Type Document Format
12. Format for Submission of Projects References for PQ
& Technical Experience
As per Annexure-15 (PDF)
13. ISO Certification As per Annexure-16 (PDF)
14. HR Certificate for Manpower Professionals As per Annexure-17 (PDF)
b) Financial bid shall include the following documents: -
S. No. Documents Type Document Format
1. Financial Bid – Cover Letter On bidder’s letter head duly signed by authorized
signatory as per Annexure-9 (PDF)
2. Financial Bid - Format As per BoQ (.XLS) format available on e-Procurement
portal
c) The bidder should ensure that all the required documents, as mentioned in this bidding document,
are submitted along with the Bid and in the prescribed format only. Non-submission of the
required documents or submission of the documents in a different format/ contents may lead to
the rejections of the Bid submitted by the bidder.
6) Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the
procuring entity shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder
and the procuring entity, shall be written only in English Language. Supporting documents and
printed literature that are part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant passages in English/ Hindi language, in
which case, for purposes of interpretation of the Bid, such translation shall govern.
7) Alternative/ Multiple Bids
Alternative/ Multiple Bids shall not be considered at all.
8) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to furnish the
bid security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State
Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and
Cooperative Societies which are owned or controlled or managed by the State Government and
Government Undertakings of the Central Government.
b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily
accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision
shall not be adjusted towards bid security for the fresh bids. The bid security originally deposited
may, however, be taken into consideration in case bids are re-invited.
d) The bid security may be given in the form of a banker’s cheque or demand draft or bank
guarantee, in specified format, of a scheduled bank or deposited through eGRAS. The bid security
must remain valid thirty days beyond the original or extended validity period of the bid.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 48 of 128
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and
terms of the bid security, must be acceptable to the procuring entity.
f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The
procuring entity shall respond promptly to such a request.
g) The bank guarantee presented as bid security shall be got confirmed from the concerned issuing
bank. However, the confirmation of the acceptability of a proposed issuer or of any proposed
confirmer does not preclude the procuring entity from rejecting the bid security on the ground
that the issuer or the confirmer, as the case may be, has become insolvent or has otherwise ceased
to be creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful
bid and signing of Agreement and submitting performance security.
i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the
following cases, namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
b. when the bidder does not execute the agreement, if any, after placement of supply/ work
order within the specified period;
c. when the bidder fails to commence the supply of the goods or service or execute work as per
supply/ work order within the time specified;
d. when the bidder does not deposit the performance security within specified period after the
supply/ work order is placed; and
e. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in the
bidding document.
j) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at the
amount of the Performance Security, or refunded if the successful bidder furnishes the full amount
of performance security.
m) The procuring entity shall promptly return the bid security after the earliest of the following
events, namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by the
successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents
stipulate that no such withdrawal is permitted.
9) Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date specified in the
NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In exceptional
circumstances or when the bidding document are required to be substantially modified as a result
of discussions in pre-bid meeting/ conference or otherwise and the time with the prospective
bidders for preparation of Bids appears insufficient, the date may be extended by the procuring
entity. In such case the publicity of extended time and date shall be given in the manner, as was
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 49 of 128
given at the time of issuing the original NIB and shall also be placed on the State Public
Procurement Portal, if applicable. It would be ensured that after issue of corrigendum, reasonable
time is available to the bidders for preparation and submission of their Bids. The procuring entity
shall also publish such modifications in the bidding document in the same manner as the
publication of initial bidding document. If, in the office of the Bids receiving and opening authority,
the last date of submission or opening of Bids is a non-working day, the Bids shall be received or
opened on the next working day.
10) Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical
and/ or financial cover) as per the instructions/ procedure mentioned at e-Procurement website
under the section "Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processes further.
11) Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB in the presence of the bidders or their authorised representatives who
choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the process of Bid
opening.
c) The committee shall prepare a list of the bidders or their representatives attending the opening of
Bids and obtain their signatures on the same. The list shall also contain the representative’s name
and telephone number and corresponding bidders’ names and addresses. The authority letters, if
any, brought by the representatives shall be attached to the list. The list shall be signed by all the
members of Bid opening committee with date and time of opening of the Bids.
d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from the e-
Procurement website (only for the bidders who have submitted the prescribed fee(s) to tendering
authority).
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the
prima-facie responsiveness and ensure that the: -
a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and
processing fee (if applicable);
b. bid is valid for the period, specified in the bidding document;
c. bid is unconditional and the bidder has agreed to give the required performance security; and
d. other conditions, as specified in the bidding document are fulfilled.
e. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof
of payment or instrument of the required price of bidding document, processing fee and bid
security.
g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time
intimated to the bidders who qualify in the evaluation of technical Bids.
12) Selection Method:
a) The selection method is Least Cost Based Selection (LCBS or L1).
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 50 of 128
13) Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid
evaluation committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The
committee's request for clarification and the response of the bidder shall be through the e-
Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by
the committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the committee in the evaluation of the
financial Bids.
d) No substantive change to qualification information or to a submission, including changes aimed at
making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought,
offered or permitted.
14) Evaluation & Tabulation of Technical Bids
a) Determination of Responsiveness
a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of
bidding document and the provisions of pre-qualification/ eligibility criteria of the bidding
document.
b. A responsive Bid is one that meets the requirements of the bidding document without any
material deviation, reservation, or omission where: -
i. “deviation” is a departure from the requirements specified in the bidding document;
ii. “reservation” is the setting of limiting conditions or withholding from complete acceptance
of the requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or documentation
required in the bidding document.
c. A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of the subject matter
of procurement specified in the bidding documents; or
2. limits in any substantial way, inconsistent with the bidding documents, the procuring
entity’s rights or the bidder’s obligations under the proposed contract; or
ii. if rectified, shall unfairly affect the competitive position of other bidders presenting
responsive Bids.
d. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to
confirm that all requirements of bidding document have been met without any material
deviation, reservation or omission.
e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out
in the bidding document, or it contains minor deviations that do not materially alter or depart
from the characteristics, terms, conditions and other requirements set out in the bidding
document, or if it contains errors or oversights that can be corrected without touching on the
substance of the Bid.
b) Non-material Non-conformities in Bids
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 51 of 128
a. The bid evaluation committee may waive any non-conformity in the Bid that does not
constitute a material deviation, reservation or omission, the Bid shall be deemed to be
substantially responsive.
b. The bid evaluation committee may request the bidder to submit the necessary information or
document like audited statement of accounts/ CA Certificate, Registration Certificate, ISO/
CMMi Certificates, etc. within a reasonable period of time. Failure of the bidder to comply
with the request may result in the rejection of its Bid.
c. The bid evaluation committee may rectify non-material nonconformities or omissions on the
basis of the information or documentation received from the bidder under (b) above.
c) Technical Evaluation Criteria
Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid
shall contain all the documents as asked in the clause “Format and signing of Bids”.
d) Tabulation of Technical Bids
a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation committee in
the form of a comparative statement to evaluate the qualification of the bidders against the
criteria for qualification set out in the bidding document.
b. The members of bid evaluation committee shall give their recommendations below the table
as to which of the bidders have been found to be qualified in evaluation of Technical Bids and
sign it.
e) The number of firms qualified in technical evaluation, if less than three and it is considered
necessary by the procuring entity to continue with the procurement process, reasons shall be
recorded in writing and included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the date,
time and place of opening of their financial Bids.
15) Evaluation & Tabulation of Financial Bids
Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the
procuring entity shall take following actions for evaluation of financial Bids:-
a) To ensure a reasonable and realistic ratio of CAPEX and OPEX a bid will be rejected after scrutiny if
total CAPEX happens to be more than 60% of the overall bid value.
b) the financial Bids of the bidders who qualified in technical evaluation shall be opened online at the
notified time, date and place by the bid evaluation committee in the presence of the bidders or
their representatives who choose to be present;
c) the process of opening of the financial Bids shall be similar to that of technical Bids.
d) the names of the bidders, the rates given by them and conditions put, if any, shall be read out and
recorded;
e) conditional Bids are liable to be rejected;
f) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of
the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the
bidding documents shall only be applied;
g) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others
in ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in
descending order.
h) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance
with rules along with its report on evaluation of financial Bids and recommend the lowest offer for
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 52 of 128
acceptance to the procuring entity, if price is the only criterion, or most advantageous Bid in other
case;
i) The members of bids evaluation committee shall give their recommendations below the table
regarding lowest Bid or most advantageous Bid and sign it.
j) It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing
market rates of the goods, works or service required to be procured.
16) Correction of Arithmetic Errors in Financial Bids
The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the
following basis, namely: -
a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected,
unless in the opinion of the bid evaluation committee there is an obvious misplacement of the
decimal point in the unit price, in which case the total price as quoted shall govern and the unit
price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the
amount expressed in words is related to an arithmetic error, in which case the amount in figures
shall prevail subject to clause (a) and (b) above.
17) Negotiations
a) Except in case of procurement by method of single source procurement or procurement by
competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-
bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder
when the rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons
and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through messenger or
by registered letter and e-mail (if available). A minimum time of seven days shall be given for
calling negotiations. In case of urgency the bid evaluation committee, after recording reasons, may
reduce the time, provided the lowest or most advantageous bidder has received the intimation
and consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation
committee shall have option to consider the original offer in case the bidder decides to increase
rates originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid
evaluation committee may choose to make a written counter offer to the lowest or most
advantageous bidder and if this is not accepted by him, the committee may decide to reject and
re-invite Bids or to make the same counter-offer first to the second lowest or most advantageous
bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial
standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This
procedure would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 53 of 128
18) Exclusion of Bids/ Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
a. the information submitted, concerning the qualifications of the bidder, was false or
constituted a misrepresentation; or
b. the information submitted, concerning the qualifications of the bidder, was materially
inaccurate or incomplete; and
c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the bidding
document;
d. the Bid materially departs from the requirements specified in the bidding document or it
contains false information;
e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to
give, to any officer or employee of the procuring entity or other governmental authority a
gratification in any form, or any other thing of value, so as to unduly influence the
procurement process;
f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting
fair competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is
discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing
and shall be: -
a. communicated to the concerned bidder in writing;
b. published on the State Public Procurement Portal, if applicable.
19) Lack of competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up
with one responsive Bid only. In such situation, the bid evaluation committee would check as to
whether while floating the NIB all necessary requirements to encourage competition like standard
bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of
Bids, etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid
process shall be considered valid even if there is one responsive Bid, provided that: -
a. the Bid is technically qualified;
b. the price quoted by the bidder is assessed to be reasonable;
c. the Bid is unconditional and complete in all respects;
d. there are no obvious indicators of cartelization amongst bidders; and
e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the
bidding document
b) The bid evaluation committee shall prepare a justification note for approval by the next higher
authority of the procuring entity, with the concurrence of the accounts member.
c) In case of dissent by any member of bid evaluation committee, the next higher authority in
delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids
after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of
market depth, eligibility criteria and cost estimate.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 54 of 128
20) Acceptance of the successful Bid and award of contract
a) The procuring entity after considering the recommendations of the bid evaluation committee and
the conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall
accept or reject the successful Bid. If any member of the bid evaluation committee, has disagreed
or given its note of dissent, the matter shall be referred to the next higher authority, as per
delegation of financial powers, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to
procuring entity for taking decision. If the decision is not taken within the original validity period or
time limit allowed for taking decision, the matter shall be referred to the next higher authority in
delegation of financial powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is
reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been determined to be
the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding
document and if the bidder has been determined to be qualified to perform the contract
satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding document for
the subject matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful
bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the
concerned bidder by registered post or email and asked to execute an agreement in the format
given in the bidding documents on a non-judicial stamp of requisite value and deposit the amount
of performance security or a performance security declaration, if applicable, within a period
specified in the bidding documents or where the period is not specified in the bidding documents
then within fifteen days from the date on which the letter of acceptance or letter of intent is
dispatched to the bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of
Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter
of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the
bidder given in the bidding document and accepted by the bidder. Until a formal contract is
executed, the letter of acceptance shall constitute a binding contract.
i) The bid security of the bidders who’s Bids could not be accepted shall be refunded soon after the
contract with the successful bidder is signed and its performance security is obtained.
21) Information and publication of award
Information of award of contract shall be communicated to all participating bidders and published on
the respective website(s) as specified in NIB.
22) Procuring entity’s right to accept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to award of contract, without thereby incurring any liability
to the bidders.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 55 of 128
23) Right to vary quantity
a) If the procuring entity does not procure any subject matter of procurement or procures less than
the quantity specified in the bidding documents due to change in circumstances, the bidder
shall not be entitled for any claim or compensation.
b) Repeat orders for extra items/services or additional quantities may be placed on the rates and
conditions given in the contract during the period of contract. Delivery or completion period may
also be proportionately increased. The limits of repeat order shall be as under: -
1) 50% of the quantity of the individual items/services and 50% of the value of original contract
in case of works; and
2) 50% of the value of goods or services of the original contract.
24) Performance Security
a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders
except the departments of the State Government and undertakings, corporations, autonomous
bodies, registered societies, co-operative societies which are owned or controlled or managed by
the State Government and undertakings of the Central Government. However, a performance
security declaration shall be taken from them. The State Government may relax the provision of
performance security in particular procurement or any class of procurement.
b) The amount of performance security shall be 5%, or as may be specified in the bidding document,
of the amount of supply order in case of procurement of goods and services. In case of Small Scale
Industries (SSI) of Rajasthan, it shall be 1% of the amount of quantity ordered for supply of goods
and in case of sick industries, other than SSI, whose cases are pending before the Board of
Industrial and Financial Reconstruction (BIFR), it shall be 2% of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
a. Bank Draft or Banker's Cheque of a scheduled bank;
b. National Savings Certificates and any other script/ instrument under National
Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the
same can be pledged under the relevant rules. They shall be accepted at their surrender
value at the time of bid and formally transferred in the name of procuring entity with the
approval of Head Post Master;
c. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other
conditions regarding bank guarantee shall be same as mentioned in the bidding document
for bid security;
d. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity
on account of bidder and discharged by the bidder in advance. The procuring entity shall
ensure before accepting the FDR that the bidder furnishes an undertaking from the bank
to make payment/ premature payment of the FDR on demand to the procuring entity
without requirement of consent of the bidder concerned. In the event of forfeiture of the
performance security, the Fixed Deposit shall be forfeited along with interest earned on
such Fixed Deposit.
d) Performance security furnished in the form specified in clause [b.] to [e.] of (c) above shall remain
valid for a period of 60 days beyond the date of completion of all contractual obligations of the
bidder, including warranty obligations and maintenance and defect liability period.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if
any, in the following cases:-
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 56 of 128
a. When any terms and condition of the contract is breached.
b. When the bidder fails to make complete supply as per the scope of tender document.
c. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified
in the bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited.
g) No interest shall be payable on the PSD.
25) Execution of agreement
a) A procurement contract shall come into force from the date on which the agreement is signed.
b) The successful bidder shall sign the procurement contract within 15 days from the date on which
the letter of acceptance or letter of intent is despatched to the successful bidder.
c) If the bidder, who’s Bid has been accepted, fails to sign a written procurement contract or fails to
furnish the required performance security within specified period, the procuring entity shall take
action against the successful bidder as per the provisions of the bidding document and Act. The
procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for
acceptance the rates of lowest or most advantageous bidder to the next lowest or most
advantageous bidder, in accordance with the criteria and procedures set out in the bidding
document.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at
its cost and to be purchase from anywhere in Rajasthan only.
e) Bidder has also to sign Non-Disclosure agreement with the tendering authority as per indicative
format attached in Annexure 16.
26) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions of any
other law for the time being in force providing for disclosure of information, a procuring entity
shall not disclose any information if such disclosure, in its opinion, is likely to: -
a. impede enforcement of any law;
b. affect the security or strategic interests of India;
c. affect the intellectual property rights or legitimate commercial interests of bidders;
d. affect the legitimate commercial interests of the procuring entity in situations that may include
when the procurement relates to a project in which the procuring entity is to make a
competitive bid, or the intellectual property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement
process in such manner as to avoid their disclosure to competing bidders or to any other person
not authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the
terms of the procurement contract, conditions aimed at protecting information, the disclosure of
which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a subject
matter of such nature which requires the procuring entity to maintain confidentiality, may impose
condition for protecting confidentiality of such information.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 57 of 128
27) Cancellation of procurement process
a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent
the procuring entity from initiating a new procurement process for the same subject matter of
procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement
initiated by it -
a. at any time prior to the acceptance of the successful Bid; or
b. after the successful Bid is accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the
procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall
be immediately communicated to all bidders that participated in the procurement process.
e) If the bidder who’s Bid has been accepted as successful fails to sign any written procurement
contract as required, or fails to provide any required security for the performance of the contract,
the procuring entity may cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared
as successful but no procurement contract has been entered into;
b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the
contract value if the procurement contract has been entered into between the procuring
entity and the convicted bidder.
28) Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the code of integrity
prescribed by the State Government.
b) The code of integrity include provisions for: -
a. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or any material
benefit, either directly or indirectly, in exchange for an unfair advantage in the
procurement process or to otherwise influence the procurement process;
ii. any omission, including a misrepresentation that misleads or attempts to mislead so as
to obtain a financial or other benefit or avoid an obligation;
iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency,
fairness and progress of the procurement process;
iv. improper use of information shared between the procuring entity and the bidders with an
intent to gain unfair advantage in the procurement process or for personal gain;
v. any financial or business transactions between the bidder and any officer or employee of
the procuring entity;
vi. any coercion including impairing or harming or threatening to do the same, directly or
indirectly, to any party or to its property to influence the procurement process;
vii. any obstruction of any investigation or audit of a procurement process;
b. disclosure of conflict of interest;
c. Disclosure by the bidder of any previous transgressions with any entity in India or any other
country during the last three years or of any debarment by any other procuring entity.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 58 of 128
c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a
bidder or prospective bidder, as the case may be, the procuring entity may take appropriate
measures including: -
a. exclusion of the bidder from the procurement process;
b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;
c. forfeiture or encashment of any other security or bond relating to the procurement;
d. recovery of payments made by the procuring entity along with interest thereon at bank rate;
e. cancellation of the relevant contract and recovery of compensation for loss incurred by the
procuring entity;
f. Debarment of the bidder from participation in future procurements of the procuring entity for
a period not exceeding three years.
29) Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in terms of the
bidding documents after being declared the successful bidder, without valid grounds,
shall, in addition to the recourse available in the bidding document or the contract, be
punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of
procurement, whichever is less.
30) Appeals
a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is
aggrieved that any decision, action or omission of the procuring entity is in contravention to
the provisions of the Act or the rules or guidelines issued thereunder, he may file an appeal to such
officer of the procuring entity, as may be designated by it for the purpose, within a period of 10
days from the date of such decision or action, omission, as the case may be, clearly giving the
specific ground or grounds on which he feels aggrieved:
a. Provided that after the declaration of a bidder as successful in terms of “Award of Contract”,
the appeal may be filed only by a bidder who has participated in procurement proceedings:
b. Provided further that in case a procuring entity evaluates the technical Bid before the opening
of the financial Bid, an appeal related to the matter of financial Bid may be filed only by a
bidder whose technical Bid is found to be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously
as possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section
within the period specified in (c) above, or if the bidder or prospective bidder or the procuring
entity is aggrieved by the order passed, the bidder or prospective bidder or the procuring entity, as
the case may be, may file a second appeal to an officer or authority designated by the State
Government in this behalf within 15 days from the expiry of the period specified in (c) above or of
the date of receipt of the order passed under (b) above, as the case may be.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 59 of 128
d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing
of the appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be : First
Appellate Authority: Principal Secretary, IT&C, GoR
Second Appellate Authority: Principal Secretary, Finance Department, GoR
f) Form of Appeal:
a. Every appeal under (a) and (c) above shall be as per Annexure-16 along with as many
copies as there are respondents in the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee.
c. Every appeal may be presented to First Appellate Authority or Second Appellate Authority,
as the case may be, in person or through registered post or authorised representative.
g) Fee for Appeal: Fee for filing appeal:
a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall
be rupees ten thousand, which shall be non-refundable.
b. The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled
Bank payable in the name of Appellate Authority concerned.
h) Procedure for disposal of appeal:
a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon
filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents,
if any, to the respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority,
as the case may be, shall,-
i. hear all the parties to appeal present before him; and
ii. Peruse or inspect documents, relevant records or copies thereof relating to the
matter.
c. After hearing the parties, perusal or inspection of documents and relevant records or
copies thereof relating to the matter, the Appellate Authority concerned shall pass an
order in writing and provide the copy of order to the parties to appeal free of cost.
d. The order passed under (c) shall also be placed on the State Public Procurement Portal.
i) No information which would impair the protection of essential security interests of India, or
impede the enforcement of law or fair competition, or prejudice the legitimate commercial
interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an appeal.
31) Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in
this behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the
procurement proceedings pending disposal of the appeal, if he, or it, is satisfied that failure to do so is
likely to lead to miscarriage of justice.
32) Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the “The
Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or defeating
any procurement or causing loss to any procuring entity or any other bidder, shall be punished with
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 60 of 128
fine which may extend to twenty lakh rupees or five per cent of the value of procurement, whichever
is less.
33) Offenses by Firms/ Companies
a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has been
committed by a company, every person who at the time the offence was committed was in
charge of and was responsible to the company for the conduct of the business of the company,
as well as the company, shall be deemed to be guilty of having committed the offence and shall
be liable to be proceeded against and punished accordingly:
Provided that nothing contained in this sub-section shall render any such person liable for any
punishment if he proves that the offence was committed without his knowledge or that he had
exercised all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has been
committed by a company and it is proved that the offence has been committed with the consent
or connivance of or is attributable to any neglect on the part of any director, manager, secretary
or other officer of the company, such director, manager, secretary or other officer shall also be
deemed to be guilty of having committed such offence and shall be liable to be proceeded
against and punished accordingly.
c) For the purpose of this section-
a. "company" means a body corporate and includes a limited liability partnership, firm,
registered society or co- operative society, trust or other association of individuals; and
b. "director" in relation to a limited liability partnership or firm, means a partner in the
firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or
not that offence is committed in consequence of that abetment, shall be punished with the
punishment provided for the offence.
34) Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an offence
a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or
b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the
time being in force, for causing any loss of life or property or causing a threat to public
health as part of execution of a public procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process
of any procuring entity for a period not exceeding three years commencing from the date on
which he was debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of
“Code of Integrity for bidders” above, it may debar the bidder for a period not exceeding three
years.
d) Where the entire bid security or the entire performance security or any substitute thereof, as
the case may be, of a bidder has been forfeited by a procuring entity in respect of any
procurement process or procurement contract, the bidder may be debarred from participating in
any procurement process undertaken by the procuring entity for a period not exceeding three
years.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 61 of 128
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under
this section unless such bidder has been given a reasonable opportunity of being heard.
35) Change in status of the bidder
a) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in
writing to the procuring entity and such change shall not relieve any former member of the firm,
etc., from any liability under the contract.
b) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the
contract unless he/ they agree to abide by all its terms, conditions and deposits with the
procuring entity through a written agreement to this effect. The bidder’s receipt for
acknowledgement or that of any partners subsequently accepted as above shall bind all of them
and will be sufficient discharge for any of the purpose of the contract.
c) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any
other agency without the permission of procuring entity.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 62 of 128
6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to
them: -
a) “Contract” means the Agreement entered into between the Purchaser and the successful/ selected
bidder, together with the Contract Documents referred to therein, including all attachments,
appendices, and all documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including any amendments
thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the
Agreement, subject to such additions and adjustments thereto or deductions there from, as may be
made pursuant to the Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the Purchaser in
accordance with the terms and conditions set forth in the Contract.
f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in
accordance with the terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other
materials that the successful/ selected bidder is required to supply to the Purchaser under the
Contract.
h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the bidding
document.
i) “Related Services” means the services incidental to the supply of the goods, such as insurance,
installation, training and initial maintenance and other similar obligations of the successful/ selected
bidder under the Contract.
j) “Subcontractor” means any natural person, private or government entity, or a combination of the
above, including its legal successors or permitted assigns, to whom any part of the Goods to be
supplied or execution of any part of the related services is subcontracted by the successful/ selected
bidder.
k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a
combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and
is named as such in the Agreement, and includes the legal successors or permitted assigns of the
successful/ selected bidder.
l) “The Site,” where applicable, means the designated project place(s) named in the bidding document.
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and
drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any
doubts as to the meaning of any portion of these conditions or of the specification, drawing, etc., he shall,
before submitting the Bid and signing the contract refer the same to the procuring entity and get
clarifications.
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the Contract
(and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 63 of 128
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the
Supplier/ Selected bidder and supersedes all communications, negotiations and agreements
(whether written or oral) of parties with respect thereto made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing,
is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each
party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by
either party in enforcing any of the terms and conditions of the Contract or the granting of time by
either party to the other shall prejudice, affect, or restrict the rights of that party under the
Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of
any subsequent or continuing breach of Contract.
e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated,
and signed by an authorized representative of the party granting such waiver, and must specify the
right and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the Contract.
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract exchanged by
the successful/ selected bidder and the Purchaser, shall be written in English language only.
Supporting documents and printed literature that are part of the Contract may be in another
language provided they are accompanied by an accurate translation of the relevant passages in the
language specified in the special conditions of the contract, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing language and all
risks of the accuracy of such translation.
4) Eligible Goods and Related Services
a) For purposes of this Clause, the term “goods” includes commodities, raw material, machinery,
equipment, and industrial plants; and “related services” includes services such as insurance,
transportation, supply, installation, integration, testing, commissioning, training, and initial
maintenance.
b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should be the
ones which are produced in volume and are used by a large number of users in India/ abroad. All
products quoted by the successful/ selected bidder must be associated with specific make and
model number, item code and names and with printed literature describing configuration and
functionality. Any deviation from the printed specifications should be clearly mentioned in the
offer document by the bidder/ supplier. Also, the bidder is to quote/ propose only one make/
model against the respective item.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 64 of 128
c) The OEM/ Vendor of the quoted product must have its own registered spares depot in India having
adequate inventory of the equipment being quoted for providing the necessary spares as per the
requirements of the bidding document.
d) Bidder must quote products in accordance with above clause “Eligible goods and related services”.
5) Notices
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the
address specified in the contract. The term “in writing” means communicated in written form with
proof of dispatch and receipt.
b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.
6) Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/
the Country (India), unless otherwise specified in the contract.
7) Scope of Supply
a) Subject to the provisions in the bidding document and contract, the related services to be supplied
shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not
specifically mentioned in the Contract but that can be reasonably inferred from the Contract as
being required for attaining delivery and completion of the goods/ related services as if such items
were expressly mentioned in the Contract.
8) Delivery of Services
a) Subject to the conditions of the contract, the delivery of the related services shall be in accordance
with the delivery and completion schedule specified in the bidding document. The details of
supply/ shipping and other documents to be furnished by the successful/ selected bidder are
specified in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies
are not made to his satisfaction after giving an opportunity to the bidder of being heard and
recording the reasons for repudiation.
c) The Supplier/ Selected Bidder shall arrange to supply the ordered services as per specifications
within the specified delivery/ completion period at various sites mentioned in the PO/ WO.
d) The supplied manpower can be reshuffled at any of the sites as per requirements.
e) Any deputed manpower may require visiting one site to another site as per requirement. The
expenses of the visits shall be borne by the bidder.
9) Supplier’s/ Selected Bidder’s Responsibilities
The Supplier/ Selected Bidder shall supply all the related services included in the scope of supply in
accordance with the provisions of bidding document and/ or contract.
10) Purchaser’s Responsibilities
a) Whenever the supply of goods and related services requires that the Supplier/ Selected Bidder
obtain permits, approvals, and import and other licenses from local public authorities, the
Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to assist the
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 65 of 128
Supplier/ Selected Bidder in complying with such requirements in a timely and expeditious
manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance
with the general and special conditions of the contract.
11) Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any additions and
adjustments thereto, or deductions there from, as may be made pursuant to the Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related Services
performed under the Contract shall not vary from the prices quoted by the Supplier/ Selected
Bidder in its bid, with the exception of any price adjustments authorized in the special conditions
of the contract.
12) Recoveries from Supplier/ Selected Bidder
a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made ordinarily
from bills.
b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged or for
rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount,
it shall be recovered from his dues and performance security deposit available under this contract
with tendering authority.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is
not possible, the Purchase Officer shall take recourse to law in force.
13) Taxes & Duties
a) The TDS, GST etc., if applicable, shall be deducted / paid by tendering authority as per prevailing
rates.
b) For goods/services supplied from outside India, the successful/ selected bidder shall be entirely
responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the
country.
c) For goods/services supplied from within India, the successful/ selected bidder shall be entirely
responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods
to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/
selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected
bidder to benefit from any such tax savings to the maximum allowable extent.
14) Copyright
The copyright in all drawings, design documents, source code and other materials containing data and
information furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in
the Purchaser, or, if they are furnished to the Purchaser directly or through the Supplier/ Selected
Bidder by any third party, including suppliers of materials, the copyright in such materials shall remain
vested in such third party.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 66 of 128
15) Confidential Information
a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not, without the
written consent of the other party hereto, divulge to any third party any drawings, documents,
data, or other information furnished directly or indirectly by the other party hereto in connection
with the Contract, whether such information has been furnished prior to, during or following
completion or termination of the Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents,
data, and other information it receives from the Purchaser to the extent required for the
Subcontractor to perform its work under the Contract, in which event the Supplier/ Selected
Bidder shall obtain from such Subcontractor an undertaking of confidentiality similar to that
imposed on the Supplier/ Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from the
Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/
Selected Bidder shall not use such documents, data, and other information received from the
Purchaser for any purpose other than the design, procurement, or other work and services
required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to information that: -
i. the Purchaser or Supplier/ Selected Bidder need to share with tendering authority or other
institutions participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and which was
not previously obtained, directly or indirectly, from the other party; or
iv. otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality.
e) The above provisions shall not in any way modify any undertaking of confidentiality given by either
of the parties hereto prior to the date of the Contract in respect of the supply or any part thereof.
f) The provisions of this clause shall survive completion or termination, for whatever reason, of the
Contract.
16) Sub-contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other
agency without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded
under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the
Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under the
Contract.
c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or
contract.
17) Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid down in the bidding
document and wherever articles have been required according to ISI/ ISO/ other applicable
specifications/ certifications/ standards, those articles should conform strictly to those
specifications/ certifications/ standards. The supply shall be of best quality and description. The
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 67 of 128
decision of the competent authority/ purchase committee whether the articles supplied conforms
to the specifications shall be final and binding on the supplier/ selected bidder.
b) Technical Specifications and Drawings
i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with the
technical specifications and other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design, data,
drawing, specification or other document, or any modification thereof provided or designed by
or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.
iii. The goods and related services supplied under this Contract shall conform to the standards
mentioned in bidding document and, when no applicable standard is mentioned, the standard
shall be equivalent or superior to the official standards whose application is appropriate to the
country of origin of the Goods.
c) Wherever references are made in the Contract to codes and standards in accordance with which it
shall be executed, the edition or the revised version of such codes and standards shall be those
specified in the bidding document. During Contract execution, any changes in any such codes and
standards shall be applied only after approval by the Purchaser and shall be treated in accordance
with the general conditions of the contract.
d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the agreed
make and models, and that they incorporate all recent improvements in design and materials,
unless provided otherwise in the Contract.
e) The supplier/ selected bidder should further warrant that the Goods shall be free from defects
arising from any act or omission of the supplier/ selected bidder or arising from design, materials,
and workmanship, under normal use in the conditions prevailing in the place of final destination.
18) Insurance
a) The Manpower supplied under the Contract shall be fully insured. The Purchaser shall not be
responsible for any mishappening with the supplied Manpower at the site. The insurance charges
will be borne by the supplier and Purchaser will not be required to pay such charges if incurred.
b) The services will be delivered at the FOR destination in perfect condition.
19) Inspection
a) The Purchase Officer or his duly authorized representative shall inspect the relevant documents of
the profiles as prescribed in the RFP. If required, the supplied manpower may be interviewed to
verify the required skills of the profile at time of joining in presence of senior official of the
supplier.
b) The supplier/ selected bidder shall furnish complete information of the profiles.
20) Rejection
a) Supplied/offered manpower not approved during inspection or interview shall be rejected and will
have to be replaced by the selected bidder at his own cost within the time fixed by the Purchase
Officer.
b) The manpower deputed by the supplier shall be reviewed by the purchaser in terms of its
qualifications, experience, efficiency, cooperation, discipline and performance and services. The
purchaser, upon finding any deficiency in any of the parameter, may reject any of the manpower
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 68 of 128
by giving 15 days’ time, as decided by the purchaser, which the selected bidder has to replace
within the given time frame.
c) If, however, due to exigencies of tendering authority work, such replacement is not considered
feasible, the Purchase Officer after giving an opportunity to the selected bidder of being heard
shall for reasons to be recorded, deduct a suitable amount from the approved rates. The
deduction so made shall be final.
21) Extension in Delivery Period and Liquidated Damages (LD)
a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to
supply/depute the required manpower initially or after changing the manpower during the course
of the contract due to any reason within the period specified in the Contract, the Purchaser may
without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified in (d) below for each week or
part thereof of delay until actual delivery or performance, up to a maximum deduction of the
percentage specified in the bidding document and/ or contract. Once the maximum is reached, the
Purchaser may terminate the Contract pursuant to clause “Termination”.
b) The payment of the services would not be applicable of the personals which are not
supplied/deputed.
c) The time specified for delivery in the bidding document shall be deemed to be the essence of the
contract and the supplier/ selected bidder shall arrange related services within the specified
period.
d) Delivery period may be extended with or without liquidated damages, if the delay in the supply of
service is on account of hindrances beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for
extending the delivery period of service, if he finds himself unable to complete the supply of
goods or service within the stipulated delivery period or is unable to maintain prorate progress
in the supply of goods or service delivery. This request shall be submitted as soon as a
hindrance in delivery of goods and service occurs or within 15 days from such occurrence but
before expiry of stipulated period of completion of delivery of goods and service after which
such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of goods
and service and the period of delay occurred due to that and recommend the competent
authority on the period of extension which should be granted with or without liquidated
damages.
iii. Normally, extension in delivery period of goods and service in following circumstances may be
considered without liquidated damages:
a. When delay has occurred due to delay in confirming the services, if the tendering authority
was required to confirm them as per terms of the contract.
b. When delay has occurred in supply of services if these were required to be supplied to the
supplier or service provider by the tendering authority as per terms of the contract.
iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to
the contract with suitable denial clauses and with or without liquidated damages, as the case
may be, shall be issued. The amendment letter shall mention that no extra price or additional
cost for any reason, what so ever beyond the contracted cost shall be paid for the delayed
supply of goods and service.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 69 of 128
v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of
goods and/ or services rendered by the contractor after the expiry of the stipulated delivery
period, if no formal extension in delivery period has been applied and granted. The competent
authority shall have right to cancel the contract with respect to undelivered goods and/ or
service.
vi. If tendering authority is in need of the good and/ or service rendered after expiry of the
stipulated delivery period, it may accept the services and issue a letter of extension in delivery
period with usual liquidated damages and denial clauses to regularize the transaction.
e) In case of extension in the delivery period is granted with full liquidated damages, the recovery
shall be made on the basis of following percentages of value of unsupplied services : -
S. No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of delivery of the
services after placing Work Order/repeat Work Order 2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed period of
delivery of the services after placing Work Order/repeat Work Order 5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed period of
delivery of the services after placing Work Order/repeat Work Order 7.5 %
d. Delay exceeding three fourth of the prescribed period of delivery of the
services after placing Work Order/repeat Work Order 10.0 %
i. Fraction of a day in reckoning period of delay in supplies, successful installation and
completion of work shall be eliminated, if it is less than half a day.
ii. The maximum amount of liquidated damages shall be 10% of the contract value.
iii. *The percentage refers to the payment due for the associated works/ goods/ service.
22) Authenticity of Services
a) The selected bidder shall certify (as per Annexure-10) that the supplied manpower genuine/
authentic, having desired qualification and experience, having good conduct, not having any
criminal record, not debarred from IT services in the country.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to
conform to the description and quality aforesaid or have determined (and the decision of the
Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the
purchaser may have inspected and/ or approved the said services, the purchaser will be entitled to
reject the said services, on such rejection the services will be at the selected bidder’s risk and all
the provisions relating to rejection of services etc., shall apply. The selected bidder shall, if so
called upon to do, replace the services/manpower etc., or such portion thereof as is rejected by
Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by the reason
of the breach of the condition herein contained. Nothing herein contained shall prejudice any
other right of the Purchase Officer in that behalf under this contract or otherwise.
c) Services accepted by the purchaser in terms of the contract shall in no way dilute purchaser’s right
to reject the same later, if found deficient in terms of the this clause of the contract.
23) Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-clause (b)
below, indemnify and hold harmless the Purchaser and its employees and officers from and against
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 70 of 128
any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs,
and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may
suffer as a result of any infringement or alleged infringement of any patent, utility model,
registered design, trademark, copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract by reason of: -
i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in the
country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the
purpose indicated by or to be inferred from the Contract, neither any infringement resulting from
the use of the Goods or any part thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not supplied by the supplier/ selected
bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising out of the
matters referred to above, the Purchaser shall promptly give the supplier/ selected bidder a notice
thereof, and the supplier/ selected bidder may at its own expense and in the Purchaser’s name
conduct such proceedings or claim and any negotiations for the settlement of any such
proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt of
such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be
free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available assistance to
the supplier/ selected bidder in conducting such proceedings or claim, and shall be reimbursed by
the supplier/ selected bidder for all expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its employees,
officers, and Subcontractors (if any) from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including
attorney’s fees and expenses, which the supplier/ selected bidder may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or otherwise existing at the date of the
Contract arising out of or in connection with any design, data, drawing, specification, or other
documents or materials provided or designed by or on behalf of the Purchaser.
24) Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss or damage,
loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall
not apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the
Purchaser; and
b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided
that this limitation shall not apply to the cost of replacing defective services, or to any obligation of
the supplier/ selected bidder to indemnify the Purchaser with respect to patent infringement.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 71 of 128
25) Force Majeure
a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for
default if and to the extent that it’s delay in performance or other failure to perform its obligations
under the Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of
the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the supplier/ selected bidder. Such events may include,
but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the
tendering authority in writing of such conditions and cause thereof within 15 days of occurrence of
such event. Unless otherwise directed by tendering authority, the supplier/ selected bidder shall
continue to perform its obligations under the contract as far as reasonably practical.
d) If the performance in whole or part or any obligation under the contract is prevented or delayed
by any reason of Force Majeure for a period exceeding 60 days, either party at its option may
terminate the contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the tendering authority, the tendering authority may
take the case with the supplier/ selected bidder on similar lines.
26) Change Orders and Contract Amendments
a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance
with clause “Notices” above, to make changes within the general scope of the Contract in any one
or more of the following: -
i. the place of delivery of services; and
ii. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for, the
supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or
both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected
bidder for adjustment under this clause must be asserted within thirty (30) days from the date of
the supplier’s/ selected bidder’s receipt of the Purchaser’s change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed
but which were not included in the Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for
similar services.
27) Termination
a) Termination for Default
i. The tender sanctioning authority of tendering authority may, without prejudice to any other
remedy for breach of contract, by a written notice of default of at least 30 days sent to the
supplier/ selected bidder, terminate the contract in whole or in part: -
a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within the
time period specified in the contract, or any extension thereof granted by tendering
authority; or
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 72 of 128
b. If the supplier/ selected bidder fails to perform any other obligation under the contract
within the specified period of delivery of service or any extension granted thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be engaged
in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the
contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract.
ii. If tendering authority terminates the contract in whole or in part, amount of PSD may be
forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most finance person
available in the office and of legal adviser or legal assistant posted in the office, if there is one,
may be obtained.
iv. As on effective date of termination, Tendering Authority shall pay:
a) the unpaid value of all the assets/services supplied by the Bidder and accepted by the
purchaser in accordance with the RFP specifications.
v. b) all the services delivered by the Bidder and accepted by the purchaser, the consideration
payable shall be based on service rate as per agreement.
b) Termination for Insolvency
Tendering authority may at any time terminate the Contract by giving a written notice of at least
30 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or
otherwise insolvent. In such event, termination will be without compensation to the supplier/
selected bidder, provided that such termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to tendering authority.
c) Termination for Convenience
i. Tendering authority, by a written notice of at least 30 days sent to the supplier/ selected
bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The
Notice of termination shall specify that termination is for the Purchaser’s convenience, the
extent to which performance of the supplier/ selected bidder under the Contract is
terminated, and the date upon which such termination becomes effective.
ii. Tendering Authority shall pay the bidder for all products/ services provided and for which
bidder has placed order for supplies (Proof of order to be submitted to tendering authority) up
to the effective date of termination at the contract terms and prices.
28) Exit Management
a) Preamble
i. The word ‘parties’ include the procuring entity and the selected bidder.
ii. This Schedule sets out the provisions, which will apply on expiry or termination of the
Project Implementation and Operations and Management of SLA.
iii. In the case of termination of the Project Implementation and/ or Operation and
Management SLA due to illegality, the Parties shall agree at that time whether, and if so
during what period, the provisions of this Schedule shall apply.
iv. The Parties shall ensure that their respective associated entities carry out their respective
obligations set out in this Exit Management Schedule.
b) Transfer of Assets
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 73 of 128
i. The selected bidder may continue work on the assets for the duration of the exit
management period which may be a six months period from the date of expiry or
termination of the agreement, if required by tendering authority to do so. During this
period, the selected bidder will transfer all the assets in good working condition and as per
the specifications of the bidding document including the ones being upgraded to the
department/ designated agency. The security deposit/ performance security submitted by
selected bidder will only be returned after the successful transfer of the entire project
including its infrastructure.
ii. The selected bidder, if not already done, will transfer all the Software Licenses under the
name of the tendering authority as desired by the procuring entity during the exit
management period.
iii. Tendering authority during the project implementation phase and the operation and
management phase shall be entitled to serve notice in writing to the selected bidder at any
time during the exit management period requiring the selected bidder to provide tendering
authority or its nominated agencies with a complete and up-to-date list of the assets within
30 days of such notice.
iv. Upon service of a notice, as mentioned above, the following provisions shall apply: -
a. In the event, if the assets which to be transferred to tendering authority mortgaged to
any financial institutions by the selected bidder, the selected bidder shall ensure that all
such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All
documents regarding the discharge of such lien and liabilities shall be furnished to
tendering authority or its nominated agencies.
b. All title of the assets to be transferred to tendering authority or its nominated agencies
pursuant to clause(s) above shall be transferred on the last day of the exit management
period. All expenses occurred during transfer of assets shall be borne by the selected
bidder.
c. That on the expiry of this clause, the selected bidder and any individual assigned for the
performance of the services under this clause shall handover or cause to be handed over
all confidential information and all other related material in its possession, including the
entire established infrastructure supplied by selected bidder to tendering authority.
d. That the products and technology delivered to tendering authority during the contract
term or on expiry of the contract duration should not be sold or re-used or copied or
transferred by selected bidder to other locations apart from the locations mentioned in
the this bidding document without prior written notice and approval of tendering
authority. Supplied hardware, software & documents etc., used by selected bidder for
tendering authority shall be the legal properties of tendering authority.
c) Cooperation and Provision of Information during the exit management period
i. The selected bidder will allow tendering authority or its nominated agencies access to the
information reasonably required to define the current mode of operation associated with
the provision of the services to enable tendering authority or its nominated agencies to
assess the existing services being delivered.
ii. The selected bidder shall provide access to copies of all information held or controlled by
them which they have prepared or maintained in accordance with the Project
Implementation, the Operation and Management SLA and SOWs relating to any material
aspect of the services provided by the selected bidder. Tendering authority or its nominated
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 74 of 128
agencies shall be entitled to copy all such information comprising of details pertaining to the
services rendered and other performance data. The selected bidder shall permit tendering
authority or its nominated agencies and/ or any replacement operator to have reasonable
access to its employees and facilities as reasonably required by tendering authority or its
nominated agencies to understand the methods of delivery of the services employed by the
selected bidder and to assist appropriate knowledge transfer.
d) Confidential Information, Security and Data
The selected bidder will promptly on the commencement of the exit management period supply
to tendering authority or its nominated agencies the following:
i. Documentation relating to Intellectual Property Rights;
ii. Project related data and confidential information;
iii. All current and updated data as is reasonably required for purposes of tendering authority
or its nominated agencies transitioning the services to its replacement selected bidder in a
readily available format nominated by tendering authority or its nominated agencies; and
iv. All other information (including but not limited to documents, records and agreements)
relating to the services reasonably necessary to enable tendering authority or its nominated
agencies, or its replacement operator to carry out due diligence in order to transition the
provision of the services to tendering authority or its nominated agencies, or its replacement
operator (as the case may be).
v. Before the expiry of the exit management period, the selected bidder shall deliver to
tendering authority or its nominated agencies all new or up-dated materials from the
categories set out above and shall not retain any copies thereof, except that the selected
bidder shall be permitted to retain one copy of such materials for archival purposes only.
e) Transfer of certain agreements
i. On request by Procuring entity or its nominated agencies, the selected bidder shall effect
such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its
nominated agencies may require in favour of procuring entity or its nominated agencies, or
its replacement operator in relation to any equipment lease, maintenance or service
provision agreement between selected bidder and third party leasers, operators, or
operator, and which are related to the services and reasonably necessary for carrying out of
the replacement services by tendering authority or its nominated agencies, or its
replacement operator.
ii. Right of Access to Premises: At any time during the exit management period and for such
period of time following termination or expiry of the SLA, where assets are located at the
selected bidder’s premises, the selected bidder will be obliged to give reasonable rights of
access to (or, in the case of assets located on a third party’s premises, procure reasonable
rights of access to tendering authority or its nominated agencies, and/ or any replacement
operator in order to inventory the assets.
f) General Obligations of the selected bidder
i. The selected bidder shall provide all such information as may reasonably be necessary to
effect as seamless during handover as practicable in the circumstances to tendering
authority or its nominated agencies or its replacement operator and which the operator has
in its possession or control at any time during the exit management period.
ii. The selected bidder shall commit adequate resources to comply with its obligations under
this Exit Management Clause.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 75 of 128
g) Exit Management Plan
i. The selected bidder shall provide tendering authority or its nominated agencies with a
recommended exit management plan (“Exit Management Plan”) which shall deal with at
least the following aspects of exit management in relation to the SLA as a whole and in
relation to the Project Implementation, the Operation and Management SLA and SOWs.
ii. A detailed program of the transfer process that could be used in conjunction with a
replacement operator including details of the means to be used to ensure continuing
provision of the services throughout the transfer process or until the cessation of the
services and of the management structure to be used during the transfer; and
iii. Plans for the communication with such of the selected bidder’s, staff, suppliers, customers
and any related third party as are necessary to avoid any material detrimental impact on
tendering authority operations as a result of undertaking the transfer; and
iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms
of business continuance and hand holding during the transition period, to tendering
authority or its nominated agencies, and Replacement Operator for a reasonable period, so
that the services provided continue and do not come to a halt.
v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to
ensure that it is kept relevant and up to date.
vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by
tendering authority or its nominated agencies.
vii. In the event of termination or expiry of SLA, Project Implementation, Operation and
Management SLA or SOWs each party shall comply with the Exit Management Plan.
viii. During the exit management period, the selected bidder shall use its best efforts to deliver
the services.
ix. Payments during the Exit Management period shall be made in accordance with the Terms
of Payment Clause.
x. It would be the responsibility of the selected bidder to support new operator during the
transition period.
29) Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests for changes. The
Purchase Committee will set up a Change Control Committee with members from the
procurement agency and the selected bidder. If it is unable to reach an agreement, the decision of
the Purchase Committee will be final.
b) Tendering authority may at any time, by a written order given to the bidder , make changes within
the general scope of the Agreement in any one or more of the following: -
Designs, specifications, requirements which software or service to be provided under the
Agreement are to be specifically developed and rendered for tendering authority.
The method of deployment, shipping or packing.
Schedule for Installation Acceptance.
The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
Identification and documentation of the need for the change – The information related to
initiator, initiation date and details of change required and priority of the change will be
documented by tendering authority.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 76 of 128
Analysis and evaluation of the Change Request – Impact of the change in terms of the
estimated effort, changed schedule, cost and the items impacted will be analysed and
documented by the bidder.
Approval or disapproval of the change request – Tendering authority will approve or
disapprove the change requested including the additional payments for software
development, quoted man-month rate shall be used for cost estimation, efforts of all technical
resources- project manager, analyst, software developer, testing engineer, database
architecture etc shall be taken into account for total man-month estimation to carry out the
s/w development resulting from the change request. For all technical resources irrespective of
their experience and specialisation, the quoted man-month rate shall be used. Efforts of
support staff shall not be taken into consideration for this purpose.
Implementation of the change – The change will be implemented in accordance to the agreed
cost, effort, and schedule by the selected bidder.
Verification of the change – The change will be verified by tendering authority on
implementation of the change request.
d) All changes outside the scope of supplies agreed to herein which may have likely financial
implications in terms of the overall cost/ time of the project shall be undertaken by SI only after
securing the express consent of tendering authority. In the event that the consent of tendering
authority is not received then the change will not be carried out.
e) While approving any change request, if required, tendering authority may ask the bidder to deploy
the required resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an increase or decrease in
cost of, or the time required for, firm’s performance of any provisions under the Agreement,
equitable adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and the
Agreement shall accordingly be amended. Any claims by firm for adjustment under this must be
asserted within 30 (thirty) days from the date of SI receiving the tendering authority change order
which shall not be unreasonably withheld or delayed.
30) Settlement of Disputes
a) General: If any dispute arises between the supplier/ selected bidder and tendering authority
during the execution of a contract that should be amicably settled by mutual discussions. However,
if the dispute is not settled by mutual discussions, a written representation will be obtained from
the supplier/ selected bidder on the points of dispute. The representation so received shall be
examined by the concerned Procurement Committee which sanctioned the tender. The
Procurement Committee may take legal advice of a counsel and then examine the representation.
The supplier/ selected bidder will also be given an opportunity of being heard. The Committee will
take a decision on the representation and convey it in writing to the supplier/ selected bidder.
b) If any dispute arises out of the contract with regard to the interpretation, meaning and breach
of the terms of the contract, the matter shall be referred by the bidder to the sole arbitrator,
which in case of this Bid will be the Chief Secretary, Government of Rajasthan or any Officer as
designated by the State Government, to be named in the contract, whose decision shall be
final.
Any fact or condition, which may not have been mentioned in terms and conditions and may
arise during the contract period, shall be decided as per the State Government policy/rules. In
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 77 of 128
case rules/policies do not provide any such situation, the issue will be decided by the
Arbitrator.
The Tendering authority and the DCO shall make every effort to resolve amicably by direct
informal negotiations, any disagreement or disputes, arising between them under or in
connection with the Contract.
If, after Thirty (30) days from the commencement of such direct informal negotiations, the
Tendering authority and the DCO have been unable to resolve amicably a Contract dispute,
either party may require that the dispute be referred for resolution to the formal mechanism .
In the case of a dispute or difference arising between the Tendering authority and the DCO
relating to any matter arising out of or connected with this Contract, such dispute or
difference shall be referred to the Chief Secretary, Government of Rajasthan decision shall
be final and binding on the parties.
The Arbitration and Conciliation Act 1996, the rules there under and any statutory
modification or re-enactment’s thereof, shall apply to the arbitration proceedings.
The Tendering authority may terminate this contract, by giving a written notice of termination of
minimum 30 days, to the Implementation Agency, if the DCO fails to comply with any decision reached
consequent upon arbitration proceedings.
c) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties
regarding a contract shall be settled by a competent court having jurisdiction over the place,
where agreement has been executed and by no other court, after decision of the standing
committee for settlement of disputes.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 78 of 128
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
1) Payment Terms and Schedule
a) Payment schedule – Payments to the bidder, after successful completion of the target milestones
(including specified project deliverables), would be made as under: -
S.
No. Major Milestone Deliverables Payment
1. O & M for 3 years from the
work order on any date which
mutually decided
3rd Quarter payment after
ISO 27001 and ISO 2000
certification of the data
centre
Immediate Team
deployment and
Quarterly O & M
reports
Services will be paid quarterly
after making due adjustments
with SLA / Performance
Note: The quantities mentioned in the Bid are indicative/ approximate and shall only be used for the
purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied at
the site.
The successful bidder has to supply required manpower with in period of 3 months after issuing the work
order(s).
The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing,
accompanied by invoices describing, as appropriate, the services delivered and related services
performed, and by the required documents submitted pursuant to general conditions of the contract and
upon fulfilment of all the obligations stipulated in the Contract.
b) Due payments shall be made promptly by the purchaser, generally within thirty (30) days after
submission of request for payment along with an invoice and all other requisite documents by the
supplier/ selected bidder (which will be forwarded for audit to the Third party Auditor), after receipt
of third party audit report and its acceptance by the purchaser.
c) The currency or currencies in which payments shall be made to the supplier/ selected bidder under
this Contract shall be Indian Rupees (INR) only.
d) All remittance charges will be borne by the supplier/ selected bidder.
e) In case of disputed items, the disputed amount shall be withheld and will be paid only after
settlement of the dispute.
f) Payment in case of those goods which need testing shall be made only when such tests have been
carried out, test results received conforming to the prescribed specification.
g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in
this bidding document, will be deducted from the payments for the respective milestones.
h) Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 79 of 128
2) Service Level Standards/ Requirements/ Agreement
The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the
levels of service which shall be provided by the selected bidder to the tendering authority for the
duration of this contract.
The tendering authority will regularly review the performance of the services being provided by the
selected bidder and impose penalties if any deficiency is found in the services.
Three consecutive quarterly penalties (on actual) of more than 20% put together of the applicable fee
on account of any reasons may be deemed to be an event of default and termination.
It is acknowledged that service levels may change as service needs evolves over the course of the
contract. The present SLAs have been worked out on the basis of current expectations. Service levels
between the purchaser and bidder can be revised after the start of O & M phase in view of experience
gained. The experience gained during this period will be used to fine tune the SLAs, including
parameters, targets and penalties, if required. Any changes to the levels of services provided during
the project period will be requested, documented and negotiated in good faith by both parties. Either
party can request a change. Changes will be documented as an addendum to the contract.
The SLA has been logically segregated in the following categories:
1. Infrastructure service levels
2. Security Management service levels
3. Manpower availability service levels
4. Help desk service levels
A. Infrastructure Service Levels
This service level will be applicable on existing IT equipment’s and additional hardware which
would be deployed during the project period:
S.
No
Service
description Measurement parameter Target Penalty
1 2 3 4 5
1. Data Center
Uptime
calculated for
each IT
equipment
Uptime of an equipment =
{1 -[(Equipment
downtime)*(Severity factor)
/ (Total Time )]} * 100
>=99.995% NA
<99.995%
and
>=97.75%
For every 0.25%
degradation in the
uptime there will be a
penalty of 1% of
Agreed Quarterly
Payment
<97.75% For every 0.25%
degradation in the
uptime there will be a
penalty of 2% of the
Agreed Quarterly
Payment
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 80 of 128
S.
No
Service
description Measurement parameter Target Penalty
1 2 3 4 5
2. Preventive
Maintenance
No. of days In last 15
days of the
quarter
Rs. 1,000/- per day
per equipment
subject to maximum
of Rs.3,000/- per
equipment
Equipment/Services Downtime is the time in hours that the equipment/ Services is not
available and excludes planned downtime, which are approved by the tendering authority and
the link failures that are taken from third party. The downtime shall be calculated from the
EMS or BMS, as may be applicable. In case, downtime of any equipment/ Services is not
available on EMS/BMS, it shall be calculated from the helpdesk. It is clarified that the
downtime on account of delay by the OEM in repairing / replacing equipment’s/ Services for
which warranty/maintenance contract already exists (or was taken by tendering authority)
shall not be counted subject to timely call logging for vendor management.
Severity factors of each equipment’s are defined in Annexure 1. The severity factor for to be
procured items would be communicated accordingly.
Total time is equal to total number of hours in the given quarter
Planned Downtime means any time when the equipment’s is unavailable because of
maintenance, configuration/reconfiguration or other services with the prior approval of
tendering authority. Such services may include but are not limited to restarting applications,
rebooting servers, applying patches or fixes, reconfiguring storage allocation, reloading data
and making DNS & firewall changes to close security holes.
Example: 90 days will be considered in each quarter. Thus total time in quarter is 129600
minutes and total uptime is 99.995% i.e. 129593.52 minutes. Total downtime allowed is 6.48
minutes in a quarter. For SLA calculation equipment wise downtime will be calculated and
thereafter sum of all equipment downtime shall be less than 6.48 minutes in a quarter for
non-applicability of penalty.
B. Security Management Service Levels
This service level will be applicable for security related incidents as follows:
S.
No Service description
Measurement
parameter Target Penalty
1 2 3 4 5
1. Data Centre shall be
kept free from virus
attack
Resolution time
for each virus
attack
12 – 36 hours, as may be
decided by tendering
authority, depending
upon the severity of the
attack
Rs. 10,000 /-
for delay of
every 24 hours
or it’s part
2. Datacenter shall be
kept free from denial
of service (DoS) / DDoS
attack
Number of DoS /
DDoS attacks
Zero Rs. 5,00,000 /-
per DoS / DDoS
attack
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 81 of 128
3 There shall be no Data
theft or Loss or
compromise of any
data hosted at SDC
Number of such
incidents
Zero Rs. 5,00,000 /-
per such
incident
4 There shall be no
intrusion
Number of such
incidents
Zero Rs. 2,00,000 /-
per such
incident
Virus Attack refers to any virus infection and passing of malicious code and shall be monitored
at the gateway level or logged at the help desk system on complaint of virus infection by user.
Denial of Service Attack refers to non-availability of any services. An incident shall be analysed
and forensic evidence examined to check if the incident is due to external DoS / DDoS attack.
Intrusion refers to unauthorized access to networks, systems, services, applications or data,
protecting email gateways, firewalls, servers, desktops.
C. Manpower Availability Service Levels
DCO shall always maintain minimum manpower in each shift as specified in the work order on-site
throughout the period of the contract.
There will be 18 days leave for every manpower resource in a calendar year with due permission of
designated authority of the purchaser. The successful bidder has to ensure proper replacement during
the period of leave of the particular manpower resource.
The resources shall be deployed by the DCO to manage the data centre 24x7 and maintain the service
level requirements. Provisions of leave reserve, providing leaves and other facilities / perks shall be as
per DCO’s prevailing policies / practices which shall be taken care by DCO without any liability and/or
financial implications on the part of Purchaser.
Periodic training to concerned persons for procedures to be followed for applicable Certification shall
be provided by the DCO at no extra cost.
The team deployment plan at the site during O&M shall be prepared by DCO periodically and shall
obtain approval from designated authority of tendering authority prior to its implementation.
The manpower deployed by DCO for carrying out and providing FMS services shall necessarily be on
direct payroll of the bidder’s organization (the bidder has to provide documentary proof for the
compliances) and should not be on contract /outsourced / subcontracted in any circumstances.
DCO shall appoint as many team members during O&M phase, as deemed fit by them, keeping in view
weekly off of the manpower and leaves (Leave reserves), subject to maintain the minimum manpower
at site specified below to meet the SLA requirements. The tendering authority would not be liable to
pay any additional cost for leave reserve. DCO shall provide detailed CV of each and every manpower
resource including leave reserves being provided to tendering authority before deployment of the
resource at data center.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 82 of 128
The DCO shall post an on-site dedicated Sr. Project Manager/Project Manager on each site to look
after the entire operation of the Data center with his/her on-site team, with no additional
responsibility. The project manager shall coordinate with the designated officer of the tendering
authority.
DCO shall appoint as many team members, as deemed fit by them, subject to the minimum manpower
specified below to meet the SLA requirements. The tendering authority would not be liable to pay any
additional cost for this. DCO shall provide detailed CV of each of the resource being provided to
tendering authority before deployment of the resource at data center.
Manpower details given in RFP is indicative, it may be increase or decrease as per requirement of
project.
Shift timing and No. of Manpower in Shift can be changed as per project requirement with permission
of Tendering Authority.
If Sr. Project Manager will take leave, then he may transfer his responsibilities and charges to one of
the project managers during the leave.
If L-4 resource will take leave, then he may transfer his responsibilities and charges to one of the L3
resources during the leave.
BSDC Jaipur and DR Site Jodhpur, both are treated as integrated site, Entire responsibilities carried out
by DCO for the both site. The senior profiles (i.e. Sr. Project Manager and L4 Resources) shall look after
DR Site, Jodhpur from BSDC, Jaipur.
No resource shall be absent without prior permission of the designated authority. Penalty on non-
availability of any resource BSDC, Jaipur shall be as under:
Sr.
No. of absence
shifts per role in
a quarter
Applicable Penalty / Actions
1 2 3
1. > 0 but <= 20 No. of absence shifts x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter
2. > 10 but <=50 No. of absence shifts x 2 x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter
3. > 50 No. of absence shifts x 4 x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter + Issue of letter of warning and subsequent actions as per terms
and conditions of RFP
No resource shall be absent without prior permission of the designated authority. Penalty on non-
availability of any resource DR Site, Jodhpur shall be as under:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 83 of 128
Sr.
No. of absence
shifts per role in
a quarter
Applicable Penalty / Actions
1 2 3
1. > 0 but <= 10 No. of absence shifts x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter
2. > 10 but <=30 No. of absence shifts x 2 x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter
3. > 30 No. of absence shifts x 4 x Amount defined in the column “8” of above
mentioned table (Minimum Manpower Resources) for given role in a
quarter + Issue of letter of warning and subsequent actions as per terms
and conditions of RFP
An absence of more than half an hour from the work place, without having permission of Tendering
Authority of the Data Centre shall be considered as absent for the shift.
Manpower Change
The replacement of resources by the bidder after deployment will be allowed (without penalty) only in
case, the resource leaves the bidders’ organization by submitting resignation with the present
employer / Death / due to poor health condition of self / parents / wife / children (supported by
certificate issued by a Doctor) etc. In case of failure to meet the standards of the purchaser,
(which includes efficiency, cooperation, discipline and performance) bidder may be asked to replace
the resource without any penalty for replacement/exit.
The penalty per resource would be imposed in case of exit/replacement of resource from the project
as per the details given below
Sr. Resource Type Applicable Penalty when resource is leaving
Within 1 year of DOJ After 1 year of DOJ
1 Any Manpower
resources
deployed at the
site
10 times of the penalty mentioned
in column “8” of above mentioned
table “Minimum Manpower
Resources”
5 times of the penalty mentioned
in column “8” of above mentioned
table “Minimum Manpower
Resources”
D. Help Desk Service Levels
The service level standards under this sub section pertain to all services which
(i) do not impact the uptime of the equipments mentioned in sub section A above and
(ii) are not related to security related services mentioned in sub section B above.
Thus, if services are not available because of a virus attack or because equipment is down, penalties
under this sub section shall not be applicable. However, penalties may be attracted both under sub
section A and sub section B if any of the service mentioned in these subsection are hampered because
of shortage or unavailability of manpower. It is further clarified that in some cases breakdown of
equipment may generate a service request for restoring services on another equipment and non-
compliance of service level for the generated service request may lead to penalties under sub section 1
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 84 of 128
and this sub-section.
S.
No Service description Measurement parameter Target Penalty
1 2 3 4 5
1. Various service related to
comprehensive onsite
maintenance and FMS
promptly
Resolution time measured
as the time taken by the
DCO to troubleshoot and
fix the problem.
Call will be treated as
logged immediately after
any incident/ problem
occurs/ request made.
1 hour for
incident of
severity
level 1;
1% of the Agreed
Quarterly Payment
for every 30 mins
(or its part) delay.
4 hours for
incident of
severity
level 2;
0.5% of the Agreed
Quarterly Payment
for every 60 mins
(or its part) delay.
8 hours for
incident of
severity
level 3;
0.25% of the
Agreed Quarterly
Payment for every
120 mins (or its
part) delay.
It is clarified that the downtime on account of delay by the OEM/maintenance service provider
(other than DCO) in repairing / replacing equipment’s for which either
warranty/comprehensive maintenance has not been asked for from the DCO or for which
warranty already exists (or was taken by tendering authority) shall not be counted.
Severity levels for some of the services are given as below. Tendering authority reserves the
right to define severity levels of services not mentioned below.
a. Severity Level-1 : Denial of services /Standard compliance causing outage that impacts
more than one user department or application services shall come under severity level 1,
however denial of services impacting critical applications or users like Hon’ble CM, the
Ministers, Secretaries and other senior officials then the incident will also come under
Severity level 1.
The indicative list of such incidents/ request is as given below:
Virtualization system software failure
OS failure of machine hosting multiple applications
Active directory failure
Any problems related to router, switch, SAN and security components to
virtualizations
Managing the performance of the database
WAN/LAN Links down
Failure of proper backup schedule
Issues related to storage solution
Chassis down
Defacing of website
Data compromised
Vendor Management
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 85 of 128
b. Severity Level-2: Denial of services/ Standard compliance causing unavailability of single
application will come under severity level 2. Apart from this Spamming, Network latency
will also come under severity level 2.
The indicative list of such incidents/ request is as given below:
Cluster breakdown in DBMS
Cluster related problem in application
Restore and recover data as requested
Tuning server performance
Changing group memberships for domain computer
Performing Backups
Creating administrative scripts for server/users
Deploying and upgrading software
Managing applications on servers
Security-related events
RCA of any incident or problem
Troubleshooting any reported problems.
Configure, Add, Delete File Systems. Knowledge of Volume management tools like
Veritas, LVM.
Upload, change contents on ftp sites as per user request
Installing and upgrading the database server and application tools
Allocating system storage
Modifying the database structure, as necessary, from information given by
application developers
Backup database information
Tasks related to archived data
Web administration
The deployment and instrumentation of web applications
The monitoring, error isolation, escalation, and repair of problems
Configuring load-balancing and working with networks to improve the reliability
and reduce the latency of the system.
Measuring the impact of changes to content, applications, networks, and
infrastructure
LAN connectivity as per requirements for server/workstations
IPS/IDS Policy updating as per new kind of intrusion detection
Configuration related task for Firewall
Installation , configuration & rollout of new Network and security devices
Resolve any storage shortages
Alert and resolve any performance issues and notify end-users
Work related to storage requirements
Monitor current storage environment
Determine allocation of different storage types
Perform any host-level tasks need to access new storage
Deadlock problem on DBMS
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 86 of 128
Index management in DBMS
Restoring backup in production
Power failure on one PDU
Power usage above threshold
Disk space management
Authorization failure trap
Website down
Website unreachable
Security of SDC premise
c. Severity Level-3: Denial of services/ standard Compliance causing unavailability of services for
individual will come under this severity level. Apart from this performance issues causing slow
services for application should come under severity level 3. Services which do not impact user
but are desirable will also come under severity level 3.
The indicative list of such incidents/ request is as given below:
OS deployment
Web hosting
Patch installation
Acting on incidents which crosses threshold (TMP/Storage space)
H/W up gradation
Antivirus updates
Data archival, Data restoration
Planned Maintenance activities
User Management
Backup policy
Microcode upgrades
Monitoring SAN fabric / Storage / Backup events & respond to events crossing
threshold limits
Adding new device to Fabric
Preliminary maintenance of datacenter equipments
Passive cable component connecting the above equipments etc.
Minor repairs of Physical Infrastructure components like breakage of tiles etc
Cleaning of SDC premises.
Failure of Help Desk Services
Hosting applications on servers
Adding server in domain
Installing and configuring new hardware and software.
Changing group memberships for domain user
Creating logon scripts
Reporting server performance
Assigning remote login permissions
Applying operating system updates, patches, and configuration changes.
Adding, removing, or updating user account information, resetting passwords,etc.
Answering technical queries and assisting users.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 87 of 128
Management agent lost
Documenting the configuration of the system.
System performance tuning.
Creating new ftp account and urls on ftp
Change password for ftp users
Change ftp permissions
User addition
Modify user access to the database
Generating various reports by querying from database as per need.
Regulation and management of access rights of different users of a website
The appearance and setting up website navigation
Content placement
Performing performance management, availability reporting, and other
administration
Signature update on IPS/IDS
Update the inventory detail & documentation
Update of Network connectivity and layouts
IOS up gradation
Work with existing programmers, DBAs to optimize storage
Facilitate off-site storage of tape
Availability, Reporting on status ,Capacity planning of storages
reporting storage growth
High CPU or memory utilization
Procedure creation on DBMS
Table management in DBMS
Sequence management in DBMS
Page management for OS
Uploading pages on web
Providing backup
Restoring backup in testing or staging
User, account and group management
Form or page updation on webs
Access card related issue
AC servicing
IP management
Application migration
AC power failure
BMS device servicing
Warning alarms
SYSLOG event occurred
Penalty Capping:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 88 of 128
Total penalties except those defined in (C): “Manpower availability service levels” shall not be higher than
20% of Agreed Quarterly Payment for respective quarter whereas total penalty including penalties towards
“Manpower availability service levels” shall not be higher that the Agreed Quarterly Payment for
respective quarter.
Severity Factors
List of IT Items:
S. No. IT equipment Severity Factor
1. Core Switch 8
2. Core Router 8
3. Firewall 8
4. IPS/IDS 8
5. SAN Switch 8
6. SAN 8
7. Access Control System 6
8. Servers 4
9. Switch 4
10. KVM Switch 2
Service Management – Ticketing System for IT Infrastructure:
Generic:
The proposed solution shall provide a web based service support system to automate incident,
problem, change, knowledge management, interactive support.
The proposed solution should have achieved Pink VERIFY 2011 certification on all 15 available ITIL
processes (a documentary proof of the same should be provided at the time of bidding).
The proposed solution shall support request management, problem management, configuration
management and change order management.
The proposed solution shall provide an identity management system that allows user/role
management and integration with authentication systems such as LDAP/AD.
The proposed solution shall provide ready content for foundation processes, procedures and work
instructions for Request, Incident, Knowledge, Problem, Change and Configuration Management.
The proposed solution shall support multi-tenancy to enable different tenants
(departments/customers) to use the same physical instance of the service desk.
The proposed solution shall provide a distributed and scalable architecture that caters to growth
in number of analysts, end-users and call volumes.
Incident/Problem Management:
The proposed solution shall provide end-users the flexibility of logging, viewing, updating and
closing service requests and incidents using a web-based interface.
The proposed solution shall provide administrators (service desk analysts) the ability to use a fully-
functional web-interface and should provide power-user tips for frequently used functions.
The proposed helpdesk solution must have the ability to track work history of calls to facilitate
troubleshooting.
The proposed solution shall provide the facility to register incidents via e-mail.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 89 of 128
The proposed solution shall provide appropriate standards based integration mechanisms (such as
CLI/Web-services) that allow infrastructure management solutions to automatically register
incidents.
The proposed solution shall provide classification to differentiate the incident via multiple
levels/tiers of categorization, priority levels, severity levels and impact levels.
The proposed solution shall provide the ability to associate each incident with multiple activity
logs entries via manual update or automated updates from other security or infrastructure
management tools.
The proposed solution shall provide the flexibility of automated incident assignment based on
metrics such as analyst workload, category and location.
The proposed solution shall support definitions of escalation policies for multiple escalation levels
and notification to different personnel via window GUI/console with no or minimum
programming.
The proposed solution shall provide the flexibility of associating the escalation policy with
different criteria like device/asset/system, category of incident, priority level, organization and
contact.
The proposed solution shall provide status of registered calls to end-users over email and through
web.
The proposed solution shall support tracking of SLA (service level agreements) for call
requests/Incidents within the service desk through service types (that define response/resolution
time)
The proposed solution shall provide Problem Management module for recording problems,
workarounds and solutions. Must be able to relate and link problems to specific incidents.
The proposed solution shall provide the ability to define SLAs for or based on Categories/Request
Areas, CI’s, Organizations, Priority and Contacts.
The proposed solution shall provide bi-directional integration with the proposed infrastructure
management solution (ex: An event/alarm in the infrastructure management solution shall
automatically create an incident in the service desk and the incident number shall be displayed
against the alarm in the event console. If the alarm is cleared, the incident shall be closed
automatically)
Knowledge Management:
The proposed solution shall provide a web-based knowledge base that assists in finding,
organizing, and publishing knowledge articles that aid in self-service & faster turn-around time.
The proposed solution shall allow analysts to create knowledge articles based on resolved
incidents/problems and shall also allow end-users to submit knowledge for consideration (after
appropriate approvals).
Knowledge Management should provide service desk personnel with speedy and accurate
resolutions to their problems, either from a browser or directly from any Ticket screen. It should
be capable of using the problem description automatically for knowledge-based
searches/suggestions.
The proposed solution shall allow expert analysts to build knowledge trees that guide the user
through a series of questions and potential answers until they reach a resolution. This functionality
shall be achieved without the need for specialized scripting or programming skills and should only
involve an analyst working with a subject expert to create a tree design.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 90 of 128
Change and configuration Management:
The proposed solution shall provide a fully functional CMDB (Configuration Management
Database) as an integral part of the service desk and should be accessible from the same interface.
The proposed solution shall support manual and automated application configuration discovery
and dependency mapping for target CIs (ex. Servers, UPS, etc.) and enrich the CMDB with this
information.
The proposed solution shall allow the IT team & Change Advisory Board to visualize CI relationships
with a specified number of relationships on single window.
The proposed solution shall provide a Change Order Schedule calendar to track scheduled changes
The proposed solution shall support version control for defined Configuration Items.
Should support Change Impact and change collision detection based on affected CIs from CMDB.
The proposed solution shall provide multiple CI families, classes and relationships out-of-box to
reduce implementation time.
The proposed solution shall provide a non-linear workflow with decision based branching and the
ability to perform parallel processing. The workflow system must also have a graphical workflow
designer with drag & drop feature for workflow creation and updates.
Reporting:
The proposed solution shall provide commonly used standard out of the box Reports.
The proposed solution shall provide a web-based report authoring solution that provides role-
based access to existing report content, creation of new reports and ad-hoc/scheduled reporting.
The proposed solution shall provide an out-of-box reporting dashboard that indicates analytics
about daily service support operations.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 91 of 128
ANNEXURE-1: PRE-BID QUERIES FORMAT
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
Name of the Company/Firm:
Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person(s) Address for
Correspondence
Email-ID(s) Tel. Nos. & Fax Nos.
Query / Clarification Sought (MS Excel Sheet Format):
S.No. RFP Page
No.
RFP Chapter
No.
RFP Clause
No.
Clause Details as
per RFP
Query/ Suggestion/
Clarification
Note: - Queries must be strictly submitted in the prescribed format of both Excel (.XLS/ .XLSX/ .ODF) and
PDF only with duly seal and sign on each page. Also submit in hard copies with seal and sign. Queries not
submitted in the prescribed format will not be considered/ responded at all by the procuring entity. Also,
kindly attach the coloured scanned copy of the receipt towards the submission of the bidding/ tender
document fee Also, the bidders having purchased the tender/ RFP document will only be responded to i.e.
their pre-bid queries will be entertained and responded. Also, the softcopy of the queries (only in MS-Excel
Sheet format) should also be submitted through e-mail.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 92 of 128
ANNEXURE-2: TENDER FORM
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
1) Addressed to:
Name of the Tendering
Authority
Managing Director, RajComp Info Services Ltd.
Address 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan) -
302005
Telephone 0141-5103902
Tele Fax 0141-2224855
Email [email protected]
(please mention the NIB no. in the subject)
2) Firm Details:
Name of Firm
Name of CMD of the firm with email id,
contact number
Name of Authorized Contact Person with
Designation
Registered Office Address
Address of the Firm
Year of Establishment
Type of Firm
Put Tick( ) mark
Public
Limited
Private
Limited
Partnership Proprietary
Telephone Number(s)
GST Number
PAN Card Number
Email Address
Website
Fax No.
Mobile Number
Area of Specialization
3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited vide
DD/BC/receipt no. _______ dated ___________.
4) The requisite RISL processing fee amounting to Rs. ________/- (Rupees <in words>) has been
deposited vide DD/BC/receipt no. _______ dated ___________.
5) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited vide Banker’s
Cheque/ DD No. ___________ dated ___________.
6) We agree to abide by all the terms and conditions mentioned in this form issued by the Empanelment
Authority and also the further conditions of the said notice given in the attached sheets (all the pages
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 93 of 128
of which have been signed by us in token of acceptance of the terms mentioned therein along with
stamp of the firm).
Date:
Name & Seal of the firm: ________________________
Authorized Signatory: ___________________________
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 94 of 128
ANNEXURE-3: TECHNICAL BID COVERING LETTER
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
Ref: Request for Proposal (RFP) Notification dated............... No..........
Dear Sir,
1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt of
which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the
Scope of the work, Technical specifications, Service Level Standards & in conformity with the said
bidding document for the same.
2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any
deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for
carrying out the project in accordance with your RFP.
4. Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
5. I/We agree to abide by this RFP for a period of 90 days from the closing date fixed for submission of bid
as stipulated in the RFP document.
6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act, 1988”.
7. I/ We undertake, for timely establishment of a local office in Jaipur (if the award is made to us) and
within 3 months from the date of issue of LOI.
Or (strike out whichever is not applicable)
We have an existing office at Jaipur at the following address:
.......................................................................................................................
8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP.
9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by
Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 95 of 128
the project for performing their duties with respect to this project. We understand that our non-
cooperation for the same shall be grounds for termination of service.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date: Place:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 96 of 128
ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign
relevant documents on behalf of the company/ firm in dealing with NIB reference No.
______________________ dated _________. He/ She is also authorized to attend meetings & submit
technical & commercial information/ clarifications as may be required by you in the course of processing
the Bid. For the purpose of validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 97 of 128
ANNEXURE-5: SELF-DECLARATION
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title},
as an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby
declare that presently our Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country during
the last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by
a court or a judicial officer, not have its business activities suspended and is not the subject of
legal proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or misrepresentations as
to their qualifications to enter into a procurement contract within a period of three years
preceding the commencement of the procurement process, or not have been otherwise
disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially
affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken as
per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be
forfeited in full and our bid, to the extent accepted, may be cancelled.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 98 of 128
ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
CERTIFICATE
This is to certify that, the specifications of the required services in the RFP which I/ We have mentioned in
the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity
with the minimum specifications of the bidding document and that there are no deviations of any kind
from the requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby submit
our token of unconditional acceptance to all the terms & conditions of the bidding document without any
deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-
end implementation and execution of the project, to meet the desired Standards set out in the bidding
Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 99 of 128
ANNEXURE-7: DECLARATION BY BIDDER
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
I/ We declare that I am/we are bonafide service supplier of the required technically skilled
professionals/services for Data Centre maintenance and operations as per the industry standards, having
adequate number of professionals of all the required categories to supply, and also having past history of
these kind of services for which I/ We have quoted. I/We have strong technically skilled and experience
professionals at back office to support to be deployed professionals at the sites.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken,
my/ our security may be forfeited in full and the bid, if any, to the extent accepted may be cancelled.
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 100 of 128
ANNEXURE-8: UNDERTAKING ON AUTHENTICITY OF THE SERVICES
{to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
Reference: NIB No. :___________________________________ Dated:__________
This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________ dated
___________.
We hereby undertake that all the supplied manpower genuine/ authentic, having desired qualification and
experience, having good conduct, not having any criminal record, not debarred from IT services in the
country. We have verified at our own end the genuineness/ authenticity, required qualification,
experience and conduct of the supplied manpower.
In case, we are found not complying with above at the time of delivery of services or during course of
rendering the services, for the manpower already supplied, we agree to own the responsibility for the
same and take back the manpower already supplied and return any amount paid to us by you in this
regard and that you will have the right to forfeit our Bid Security/ SD/ PSD for this bid or debar/ black list
us or take suitable action against us.
Authorized Signatory
Name:
Designation:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 101 of 128
ANNEXURE-9: FINANCIAL BID COVER LETTER & FORMAT COVER LETTER
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
COVER LETTER
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
Reference: NIB No. : ___________________________________ Dated: __________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of
which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the
Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with
the said bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are
inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt.
taxes/duties as mentioned in the financial bid (BoQ).
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance
guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid submission and
it shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof
and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we have
not submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 102 of 128
Financial Bid Format
{to be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Note: This is an Financial bid format of BoQ. The BoQ available at e-procurement portal shall be considered as final.
BOQ-1: BSDC 1st Year
Sl.No. Item Description (BSDC 1st Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Sr. Project Manager 1 Per Month 12
2 Project Manager 4 Per Month 12
3 Quality Manager 1 Per Month 12
4 Cloud Specialist L4 1 Per Month 12
5 Cloud Specialist L3 6 Per Month 12
6 Database Administrator L4-(Oracle)
1 Per Month 12
7 Database Administrator L3-(Oracle)
4 Per Month 12
8 Database Administrator L2-(Oracle)
6 Per Month 12
9 Database Administrator L4-(MS SQL, PG SQL and My SQL)
1 Per Month 12
10 Database Administrator L3-(MS SQL)
4 Per Month 12
11 Database Administrator L2-(MS SQL)
6 Per Month 12
12 Database Administrator L3-(PG SQL and My SQL)
4 Per Month 12
13 Network Specialist – L4 1 Per Month 12
14 Network Specialist – L3 4 Per Month 12
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 103 of 128
Sl.No. Item Description (BSDC 1st Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
15 Network Specialist – L2 6 Per Month 12
16 Network Security Specialist – L4
1 Per Month 12
17 Network Security Specialist – L3
4 Per Month 12
18 System Specialist (Linux) – L4
1 Per Month 12
19 System Specialist (Linux) – L3
4 Per Month 12
20 System Specialist (Linux) – L2
6 Per Month 12
21 System Specialist (Windows) – L4
1 Per Month 12
22 System Specialist (windows) – L3
4 Per Month 12
23 System Specialist (windows) – L2
6 Per Month 12
24 WebSphere Administrator - L3
4 Per Month 12
25 EMS Engineer - L3 1 Per Month 12
26 EMS Engineer - L2 4 Per Month 12
27 Storage Engineer – L4 1 Per Month 12
28 Storage Engineer – L3 4 Per Month 12
29 Storage Engineer - L2 6 Per Month 12
30 Backup & Recovery Engineer– L4
1 Per Month 12
31 Backup & Recovery Engineer– L3
6 Per Month 12
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 104 of 128
Sl.No. Item Description (BSDC 1st Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
32 HelpDesk Support Staff 6 Per Month 12
33 Network Cable Technicians 5 Per Month 12
34 Office Assistance 18 Per Month 12
TOTAL 133
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 105 of 128
BOQ-2: BSDC 2nd Year
Sl.No. Item Description (BSDC 2nd Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Sr. Project Manager 1 Per Month 12
2 Project Manager 4 Per Month 12
3 Quality Manager 1 Per Month 12
4 Cloud Specialist L4 1 Per Month 12
5 Cloud Specialist L3 8 Per Month 12
6 Database Administrator L4-(Oracle)
1 Per Month 12
7 Database Administrator L3-(Oracle)
5 Per Month 12
8 Database Administrator L2-(Oracle)
8 Per Month 12
9 Database Administrator L4-(MS SQL, PG SQL and My SQL)
1 Per Month 12
10 Database Administrator L3-(MS SQL)
5 Per Month 12
11 Database Administrator L2-(MS SQL)
8 Per Month 12
12 Database Administrator L3-(PG SQL and My SQL)
5 Per Month 12
13 Network Specialist – L4 1 Per Month 12
14 Network Specialist – L3 5 Per Month 12
15 Network Specialist – L2 8 Per Month 12
16 Network Security Specialist – L4
1 Per Month 12
17 Network Security Specialist – L3
5 Per Month 12
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 106 of 128
Sl.No. Item Description (BSDC 2nd Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
18 System Specialist (Linux) – L4
1 Per Month 12
19 System Specialist (Linux) – L3
5 Per Month 12
20 System Specialist (Linux) – L2
8 Per Month 12
21 System Specialist (Windows) – L4
1 Per Month 12
22 System Specialist (windows) – L3
5 Per Month 12
23 System Specialist (windows) – L2
8 Per Month 12
24 WebSphere Administrator - L3
5 Per Month 12
25 EMS Engineer - L3 1 Per Month 12
26 EMS Engineer - L2 6 Per Month 12
27 Storage Engineer – L4 1 Per Month 12
28 Storage Engineer – L3 4 Per Month 12
29 Storage Engineer - L2 8 Per Month 12
30 Backup & Recovery Engineer– L4
1 Per Month 12
31 Backup & Recovery Engineer– L3
8 Per Month 12
32 HelpDesk Support Staff 8 Per Month 12
33 Network Cable Technicians 5 Per Month 12
34 Office Assistance 22 Per Month 12
TOTAL 165
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 107 of 128
BOQ-3: BSDC 3rd Year
Sl.No. Item Description (BSDC 3rd Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Sr. Project Manager 1 Per Month 12
2 Project Manager 4 Per Month 12
3 Quality Manager 1 Per Month 12
4 Cloud Specialist L4 1 Per Month 12
5 Cloud Specialist L3 10 Per Month 12
6 Database Administrator L4-(Oracle)
1 Per Month 12
7 Database Administrator L3-(Oracle)
6 Per Month 12
8 Database Administrator L2-(Oracle)
10 Per Month 12
9 Database Administrator L4-(MS SQL, PG SQL and My SQL)
1 Per Month 12
10 Database Administrator L3-(MS SQL)
6 Per Month 12
11 Database Administrator L2-(MS SQL)
10 Per Month 12
12 Database Administrator L3-(PG SQL and My SQL)
6 Per Month 12
13 Network Specialist – L4 1 Per Month 12
14 Network Specialist – L3 6 Per Month 12
15 Network Specialist – L2 10 Per Month 12
16 Network Security Specialist – L4
1 Per Month 12
17 Network Security Specialist – L3
6 Per Month 12
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 108 of 128
Sl.No. Item Description (BSDC 3rd Year)
Quantity Units Required For
Months Unit Price Per
Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
18 System Specialist (Linux) – L4
1 Per Month 12
19 System Specialist (Linux) – L3
6 Per Month 12
20 System Specialist (Linux) – L2
10 Per Month 12
21 System Specialist (Windows) – L4
1 Per Month 12
22 System Specialist (windows) – L3
6 Per Month 12
23 System Specialist (windows) – L2
10 Per Month 12
24 WebSphere Administrator - L3
6 Per Month 12
25 EMS Engineer - L3 1 Per Month 12
26 EMS Engineer - L2 8 Per Month 12
27 Storage Engineer – L4 1 Per Month 12
28 Storage Engineer – L3 4 Per Month 12
29 Storage Engineer - L2 10 Per Month 12
30 Backup & Recovery Engineer– L4
1 Per Month 12
31 Backup & Recovery Engineer– L3
10 Per Month 12
32 HelpDesk Support Staff 10 Per Month 12
33 Network Cable Technicians 5 Per Month 12
34 Office Assistance 26 Per Month 12
TOTAL 197
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 109 of 128
BOQ-4: DR 1st Year
Sl.No. Item Description
(DR 1st Year) Quantity Units
Required For Months
Unit Price Per Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Project Manager 1 Per Month 12
2 Quality Manager 1 Per Month 12
3 Database Administrator L3-(Oracle)
1 Per Month 12
4 Database Administrator L2-(Oracle)
4 Per Month 12
5 Database Administrator L3-(MS SQL)
1 Per Month 12
6 Database Administrator L2-(MS SQL)
4 Per Month 12
7 Database Administrator L3-(PG SQL and My SQL)
3 Per Month 12
8 Network Specialist & Security – L3
2 Per Month 12
9 Network Specialist – L2 4 Per Month 12
10 System Specialist– L3 2 Per Month 12
11 System Specialist – L2 4 Per Month 12
12 EMS Engineer - L2 4 Per Month 12
13 Storage Engineer – L2 4 Per Month 12
14 Backup & Recovery Engineer– L2
4 Per Month 12
15 HelpDesk Support Staff 4 Per Month 12
16 Network Cable Technicians
1 Per Month 12
17 Office Assistance 10 Per Month 12
TOTAL 54
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 110 of 128
BOQ-5: DR 2nd Year
Sl.No. Item Description
(DR 2nd Year) Quantity Units
Required For Months
Unit Price Per Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Project Manager 1 Per Month 12
2 Quality Manager 1 Per Month 12
3 Database Administrator L3-(Oracle)
1 Per Month 12
4 Database Administrator L2-(Oracle)
4 Per Month 12
5 Database Administrator L3-(MS SQL)
1 Per Month 12
6 Database Administrator L2-(MS SQL)
4 Per Month 12
7 Database Administrator L3-(PG SQL and My SQL)
3 Per Month 12
8 Network Specialist & Security – L3
2 Per Month 12
9 Network Specialist – L2 4 Per Month 12
10 System Specialist– L3 2 Per Month 12
11 System Specialist – L2 4 Per Month 12
12 EMS Engineer - L2 4 Per Month 12
13 Storage Engineer – L2 4 Per Month 12
14 Backup & Recovery Engineer– L2
4 Per Month 12
15 HelpDesk Support Staff 4 Per Month 12
16 Network Cable Technicians
1 Per Month 12
17 Office Assistance 10 Per Month 12
TOTAL 54
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 111 of 128
BOQ-6: DR 3rd Year
Sl.No. Item Description
(DR 3rd Year) Quantity Units
Required For Months
Unit Price Per Resource
GST Per Resource In
Rs. P
Unit Rate With GST in
RS
TOTAL AMOUNT In
Figure
TOTAL AMOUNT In
Words
1 2 3 4 5 6 7 8=6+7 9=3x5x8 10=9
1 Project Manager 1 Per Month 12
2 Quality Manager 1 Per Month 12
3 Database Administrator L3-(Oracle)
1 Per Month 12
4 Database Administrator L2-(Oracle)
4 Per Month 12
5 Database Administrator L3-(MS SQL)
1 Per Month 12
6 Database Administrator L2-(MS SQL)
4 Per Month 12
7 Database Administrator L3-(PG SQL and My SQL)
3 Per Month 12
8 Network Specialist & Security – L3
2 Per Month 12
9 Network Specialist – L2 4 Per Month 12
10 System Specialist– L3 2 Per Month 12
11 System Specialist – L2 4 Per Month 12
12 EMS Engineer - L2 4 Per Month 12
13 Storage Engineer – L2 4 Per Month 12
14 Backup & Recovery Engineer– L2
4 Per Month 12
15 HelpDesk Support Staff 4 Per Month 12
16 Network Cable Technicians
1 Per Month 12
17 Office Assistance 10 Per Month 12
TOTAL 54
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 112 of 128
ANNEXURE-10: BANK GUARANTEE FORMAT
{To be submitted by the bidder’s bank} BANK GUARANTEE FORMAT – BID SECURITY (To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To, The Managing Director, RajCOMP Info Services Limited (RISL), First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Sir, 1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no.
<please specify> M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as mentioned in the bidding document. It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated _________ issued by RISL, First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “RISL”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from the date of submission of bid). It may be extended if required in concurrence with the bid validity. And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees <in words>)> to the RISL as earnest money deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………... (Hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the RISL of the said guaranteed amount without any demur, reservation or recourse.
3. We, the aforesaid bank, further agree that the RISL shall be the sole judge of and as to whether the Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the RISL on account thereof to the extent of the Earnest Money required to be deposited by the Bidder in respect of the said bidding document and the decision of the RISL that the Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the RISL shall be final and binding on us.
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the RISL and it is further declared that it shall not be necessary for the RISL to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the RISL may have obtained or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 113 of 128
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to
extend the period of this guarantee on the request of our constituent under intimation to you.
7. The right of the RISL to recover the said amount of <Rs. ______________ (Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to <Rs.
______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period i.e. <please specify> days from the last date of bid submission and unless a demand or claim under the guarantee is made on us in writing within three months after the Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby
submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour.
Date ………………… (Signature) ………………………………………. Place ………………… (Printed Name) …………………………………. (Designation) …………………………………… (Bank’s common seal) …………………………. In presence of: WTTNESS (with full name, designation, address & official seal, if any) (1) ……………………………………… ……………………………………… (2) ……………………………………… ……………………………………… Bank Details Name & address of Bank: Name of contact person of Bank: Contact telephone number: GUIDELINES FOR SUBMISSION OF BANK GUARANTEE The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered valid: -
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 114 of 128
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only. 5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank
Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by RISL 7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number. 8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank
Officials signing the Bank Guarantee. 9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee,
mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:
BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG) (To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan) To, The Managing Director, RajCOMP Info Services Limited (RISL), First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under the terms and conditions of an Agreement No..................................dated .....................made between the RISL through …………………… and .......................(Contractor) for the work .................(hereinafter called "the said Agreement") of Security Deposit for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs...................(rupees ........................................only), we ...................(indicate the name of the Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the RISL an amount not exceeding Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without any demur or delay, merely on a demand from the RISL. Any such demand made on the bank by the RISL shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of the RISL and We....................... (Indicate the name of Bank), bound ourselves with all directions given by RISL regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 115 of 128
before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein
contained shall remain in full force and effective up to <DATE> and that it shall continue to be enforceable for above specified period till all the dues of RISL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the RISL certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL shall have
the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the RISL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the RISL or any indulgence by the RISL to the said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have effect of so relieving us.
6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not be
discharged due to the change in the constitution of the Bank or the contractor(s). 7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this guarantee
except with the previous consent of the RISL in writing. 8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by
the RISL. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the RISL to proceed against the contractor before proceeding against the
Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the RISL may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney issued by the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 116 of 128
Bank's Seal
The above performance Guarantee is accepted by the RISL For and on behalf of the RISL
Signature
(Name & Designation)
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 117 of 128
ANNEXURE-11: DRAFT AGREEMENT FORMAT
{To be mutually signed by selected bidder and procuring entity}
This Contract is made and entered into on this ______day of ________, 2018 by and between RajCOMP
Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) which term or expression, unless
excluded by or repugnant to the subject or context, shall include his successors in office and assignees on
ONE PART
And
M/s__________________, a company registered under the Indian Companies Act, 1956 with its registered
office at _____________________ (herein after referred as the “Successful Bidder/ Supplier”) which term
or expression, unless excluded by or repugnant to the subject or context, shall include his successors in
office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title>as per the Scope of Work and Terms and
Conditions as set forth in the RFP document dated _________ of <NIB No _________________>.
And whereas
M/s______________ represents that it has the necessary experience for carrying out the overall work as
referred to herein and has submitted a bid and subsequent clarifications for providing the required
services against said NIB and RFP document issued in this regard, in accordance with the terms and
conditions set forth herein and any other reasonable requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of supplier and has placed the Work Order / Letter of Intent vide Letter
No. __________________dated _______, on which supplier has given their acceptance vide their Letter
No._____________ dated ____________.
And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in the form of
__________________ ref no. _________________ dated ______________ of ____________ Bank and
valid up to _____________ as security deposit for the due performance of the contract.
Now it is hereby agreed to by and between both the parties as under: -
1. The NIB Ref. No. ____________________________ dated ___________ and RFP document dated
_________ issued by RISL along with its enclosures/ annexures, wherever applicable, are deemed to be
taken as part of this contract and are binding on both the parties executing this contract.
2. In consideration of the payment to be made by RISL to supplier at the rates set forth in the work order
no. ____________________ dated _________ will duly supply the said articles set forth in “Annexure-9
Bill of Quantity” thereof and provide related services in the manner set forth in the RFP, along with its
enclosures/ annexures and Technical Bid along with subsequent clarifications submitted by supplier.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 118 of 128
3. The RISL do hereby agree that if supplier shall duly supply the said articles and provide related services
in the manner aforesaid observe and keep the said terms and conditions of the RFP and Contract, the
RISL will pay or cause to be paid to supplier, at the time and the manner set forth in the said conditions
of the RFP, the amount payable for each and every project milestone & deliverable. The mode of
Payment will be as specified in the RFP document.
4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical
resources shall be effected from the date of work order i.e. ____________ and completed by supplier
within the period as specified in the RFP document.
5. In case of extension in the delivery period is granted with full liquidated damages, the recovery shall be
made on the basis of following percentages of value of unsupplied services : -
S. No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of delivery of the
services after placing Work Order/repeat Work Order 2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed period of
delivery of the services after placing Work Order/repeat Work Order 5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed period of
delivery of the services after placing Work Order/repeat Work Order 7.5 %
d. Delay exceeding three fourth of the prescribed period of delivery of the
services after placing Work Order/repeat Work Order 10.0 %
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be
eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If supplier requires an extension of time in completion of contractual supply on account of
occurrence of any hindrances, he shall apply in writing to the authority which had placed the
work order, for the same immediately on occurrence of the hindrance but not after the
stipulated date of completion of supply.
iv. Delivery period may be extended with or without liquidated damages if the delay in the supply of
goods in on account of hindrances beyond the control of supplier.
6. The Penalties shall be implemented and deducted as per the SLAs defined in the RFP.
7. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFP document.
8. In case of agreement with Supplier/service provider:
“This agreement is being executed on behalf of M/s (Concerned Department)…………………., to procure
defined goods and services, RISL is acting merely as a Pure Agent who neither intends to hold or holds
any title to the goods and services being procured or provided. So all the goods and services are
required to be delivered in the name of M/s (Concerned Department)…………………. along with invoices
of supplied items, although payment will be made by RISL on behalf of said department/company.”
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 119 of 128
9. In case of MOU with Department/PSU
“This MOU is being executed to procure defined goods and services, RISL is acting merely as a Pure
Agent who neither intends to hold or holds any title to the goods and services being procured or
provided. So all the goods and services (except management consultancy) will be delivered in the
name of M/s (Concerned Department)…………………. along with invoices of supplied items, although
payment will be made by RISL on behalf of M/s (Concerned Department)………………….”
In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on
this _____day of _______________, 2018.
Signed By: Signed By:
( )
Designation:,
Company:
Managing Director, RISL
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
Rajcomp Info Services Limited, Jaipur
( )
Designation:
Company:
( )
Designation:
Rajcomp Info Services Limited, Jaipur
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 120 of 128
ANNEXURE-12: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT
This confidentiality and non-disclosure agreement (“Agreement”) is made on this
_____________day of ____, 2018
BETWEEN
RajCOMP Info Services Limited (RISL),, having its head office at First Floor, Yojana Bhawan, Tilak
Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ DoIT&C, which
expression shall, unless repugnant to the context hereof or excluded specifically, mean and include its
successors, assigns and administrators) of the FIRST PART,
AND
Company Name, India (hereinafter referred to as ‘Successful Bidder/ Successful bidder/System
Integrator’, which expression shall, unless repugnant to the context hereof or excluded specifically, mean
and include its successors, assigns and administrators) of the SECOND PART.
WHEREAS
a. The RISL wishes to appoint an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and
DR Site Jodhpur. For the purpose there will be a requirement to exchange certain information related
to or hosted in Bhamashah State Data Centre Jaipur and DR Site Jodhpur Site which is proprietary and
confidential information.
b. The RISL is willing to disclose such information to only on the terms and conditions contained in this
Agreement. The SI agrees to hold the Covered Data and Information in strict confidence. SI shall not
use or disclose Covered Data and Information received from or on behalf of Government of
Rajasthan/DoIT&C/RISL except as permitted or required by the Agreement, or as otherwise
authorized in writing by RISL.
NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS:
1. Definition: In this agreement unless the contest otherwise requires:
1.1. "Confidential Information" shall mean
a) any and all information concerning Data Centre (DC), Disaster Recovery (DR) Site or any other
successor,
b) any and all trade secrets or other confidential or proprietary information related and hosted in
Data Centre (DC) and Disaster Recovery (DR) Site
c) Passwords of IT/Non IT equipments of DC, user identifications, or other information that may
be used to access information systems, networking diagrams, technical specifications of
IT/Non IT equipments, policies of firewall/IDs/IPS /routers /switches and information hosted
on IT equipments in DC and Disaster Recovery (DR) Site.
1.2. Proprietary Information shall mean as technical data and other information (including but not
limited to digital data, products, substances, organisms, technology, research results or plans,
system processes, workflows, know-how, reports, descriptions, drawings, design, compositions,
strategies, trade secrets, business and financial information, and computer software) in whatever
form, which is related or hosted with Data Centre (DC)& Disaster Recovery (DR) Site and is
disclosed or delivered by the First Party to the Second Party, whether by means of written or oral
disclosure or otherwise.
2. Limitations on Use and Disclosure of Confidential and Proprietary Information
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 121 of 128
2.1. Confidential and Proprietary Information disclosed by the RISL and/or other departments/PSU
whose data are hosted in DC shall be used by the SI solely for the purpose of fulfilment of the
obligation and work assigned to it as per order no. _______________and shall not otherwise be
used for his benefit or otherwise. All information encountered in the performance of duties shall
be treated as confidential unless and until advised otherwise by RISL or its representative.SI shall
not share, record, transmit, alter, or delete information residing/hosted in the information
systems except as required in performance of the job duties.
2.2. Confidential and Proprietary Information shall not be copied or reproduced by the SI without the
express written permission of the RISL, except for such copies as may be reasonably required for
accomplishment of the purpose stated in the tender no. _________________________.
2.3. Confidential and Proprietary Information shall be disclosed only to the Director or employees of
the SI who have a 'need to know' in connection with the purpose stated above, and who
additionally agree to the nondisclosure requirements of this Agreement. Any further disclosure of
confidential and Proprietary Information by the SI shall be treated as a breach of this Agreement
by the SI.
2.4. Confidential and Proprietary Information shall not be disclosed by the SI to any third party
without the prior written consent of the First Party.
2.5. This Agreement shall not restrict disclosure or use of Confidential and Proprietary Information
which:
a. was in the public domain at the time of disclosure or thereafter enters the public domain
through no breach of this Agreement by the SI; or
b. was, at the time of receipt, otherwise known to the SI without restriction as to use or
disclosure; or
c. becomes known to the SI from a source other than the RISL and/or other departments/PSU
without a breach of this Agreement by the SI; or
d. is developed independently by the SI without the use of Proprietary Information disclosed to
it hereunder; or
e. Is otherwise required to be disclosed by law.
3. Business Obligation:
3.1. During the complete contract period and even after 3 years of the expiry of the agreement, the SI
shall not
a. Disclose Confidential Information in any manner or form to any person other than its own
employees for the limited purpose stated herein, or
b. Use Confidential Information for its own benefit or for the benefit of any person or entity
other than the RISL, without the prior written consent of the RISL.
3.2. Whereas, the RISL as a matter of policy and with a view to operate and maintain DR Site has given
order to the SI Work Order No for IT FMS for Bhamashah State Data Centre Jaipur and DR Site
Jodhpur. As specified in the service level agreement (SLA).
3.3. Whereas, the RISL under the circumstances referred, herein before, wants to protect itself from
any misuse of the confidential and proprietary information by the third party i.e. person or
persons (employees of SI), had entered into an agreement with the SI that the second party shall
not divulge such information either during the course of the life of this agreement or even after
the expiry of the agreement.
3.4. Whereas, the SI has agreed to fully abide by the terms of this non-disclosure agreement and it has
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 122 of 128
also been agreed by the parties that if there will be any breach or violation of the terms of
agreement vis-à-vis non-disclosure clause, the SI shall not only be liable for consequential costs
and damages but in addition to that will also be liable for criminal prosecution in accordance with
the prevailing laws.
3.5. Whereas, the SI having in his possession or control any secret official code or password or digital
data or any sketch, plan, model, article, note, document or information which falls within the
purview of confidential or proprietary information, the SI shall not part with any part of such
information to anyone under any circumstances, whatsoever, without the prior approval of the
RISL and if this is violated, the RISL shall have the legal right to initiate civil and criminal
proceeding against it under the provisions of the relevant law.
3.6. Whereas, the RISL shall have the entire control over the functioning of the SI and the SI shall work
according to the instruction of the RISL and in case if this is violated by the SI in any mode or
manner, the RISL shall have the legal right to initiate civil and criminal proceeding against it under
the provisions of the relevant law.
3.7. Whereas, if the SI permits any person or persons without permission of the RISL to have –
a. Access or secures access to such computer, computer system or computer network which has
the connectivity with the confidential and proprietary information or;
b. Downloads, copies or extracts any data, computer data base or information from such
Database Server, Web Server, Computer System, networking equipments or Computer
Network including information or data held or stored in any removable storage medium which
has the connectivity with the confidential and proprietary information or;
c. Damages any Database Server or causes to damage any Database Server, Web Server,
computer system, computer network, data, data base or any other programmes residing in
such Server, computer system or computer network;
d. Denies or causes the denial of access to any authorized person of the RISL to have access to
any computer system or computer network by any means;
Shall be liable to pay damages by way of compensation and would also be liable for criminal
prosecution in accordance with the prevailing laws.
3.8 SI shall report to RISL any use or disclosure of confidential and/or proprietary information/data not
authorized by this Agreement in writing by RISL. SI shall make the report to RISL within not less than
one (1) business day after SI learns of such use or disclosure. SI report shall identify:
a) The nature of the unauthorized use or disclosure,
b) The confidential and/or proprietary information/data used or disclosed,
c) Who made the unauthorized use or received the unauthorized disclosure,
d) What SI has done or shall do to mitigate any deleterious effect of the unauthorized use or
disclosure, and
e) What corrective action SI has taken or shall take to prevent future similar unauthorized use or
disclosure.
SI shall provide such other information, including a written report, as reasonably requested by
DoIT&C.
3.9 The SI hereby agrees and consents that temporary or permanent injunctive relief and/or an order of
specific performance may be granted in lieu of, or in addition to other available relief in any
proceeding brought by RISL to enforce this Agreement, without the necessity of proof of actual
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 123 of 128
damages and without posting bond for such relief.
4. Dispute Resolution:
4.1. Whereas, both the parties have agreed that in the event of any dispute or differences arising in
between the parties, the courts at Jaipur shall only have jurisdiction to adjudicate the
disputes/differences.
IN WITNESS WHERE OF the Parties here to have hereunto set their hands and seal the day and year first
above written.
Signed By: Signed By:
( )
Designation:,
Company:
( )
Managing Director
Rajcomp Info Services Limited, Jaipur
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
Rajcomp Info Services Limited, Jaipur
( )
Designation:
Company:
( )
Designation:
Rajcomp Info Services Limited, Jaipur
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 124 of 128
ANNEXURE-13: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012
Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)
First Appellate Authority is Principal Secretary, IT&C, GoR, Jaipur
Second Appellate Authority is Secretary (Budget), Finance Department, GoR, Jaipur
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the officer/ authority
who passed the order (enclose copy), or a statement of a decision, action or omission of the procuring
entity in contravention to the provisions of the Act by which the appellant is aggrieved: <please
specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Place …………………………………….
Date ……………………………………
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 125 of 128
ANNEXURE-14: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION AND
TECHNICAL EXPERIENCE
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
Criteria S.
No.
Name of
Client
Project Cost
Year of Execution
Details of testimonials attached (work
order/contract/client certificate)
Page number where
the work order is
provided
The bidder should have
experience in providing IT
Facility Management
Services at least three
Data Centres during the
last five (5) years (2012-13
to 2016-2017) in India
IT FMS for Data
Centres with Project
cost of average 10
Crore or more per
annum for will be
considered.
Bidder’s in house data
centres shall not be
considered.
Bidders who have built their own Internet Data Centre (IDC) for commercial use will be considered.
1.
2.
3.
4.
5.
Note: This Annexure also use for Schedule-A of Technical Evaluation Criteria.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 126 of 128
ANNEXURE-15: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION AND
TECHNICAL EXPERIENCE
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
Criteria S.
No.
Name of
Client
Project Cost
Year of Execution
Details of testimonials attached (work
order/contract/client certificate)
Page number
where the work order is provided
Experience of maintaining ISO 27001 / ISO 20000 certified Data Centres The bidder must have operated / Managed or is operating / managing with ISO 27001 / ISO 20000 certified at least three Data Centres (valid as on tender submission date).
1.
2.
3.
4.
5.
Note: This Annexure also use for Schedule-D of Technical Evaluation Criteria.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 127 of 128
ANNEXURE-16: ISO CERTIFICATION
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign. & HR Head}
ISO 27001 Lead Auditors
S. No. Details Person-1 Person-2 Person-3 …………… Person-9 Person-10
1 Person Name
2 Position held in Firm
3 Mobile Number
4 Email ID
5 Age
6 Certification Name
7 Certification ID
8 Education
9 Technical Work Experience
Date: Signature of HR:
ISO 20000 Lead Auditors
S. No. Details Person-1 Person-2 Person-3 …………… Person-9 Person-10
1 Person Name
2 Position held in Firm
3 Mobile Number
4 Email ID
5 Age
6 Certification Name
7 Certification ID
8 Education
9 Technical Work Experience
Date: Signature of HR:
Note: This Annexure also use for Schedule-E of Technical Evaluation Criteria.
RFP for Selecting an agency for IT FMS Team for Bhamashah State Data Centre Jaipur and DR Site Jodhpur
Page 128 of 128
ANNEXURE-17: HR CERTIFICATE FOR MANPOWER PROFESSIONALS
{To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
In response to the NIB Ref. No. _____________________________ dated ___________
Subject: Self-Declaration on Technically Qualified Professionals by HR
We, <Bidder Name> hereby declare that we have on our payroll <No. of technical professionals>
technically professional with respect to providing the Data Center Facility Management Services only as on
date of bid submission.
The details of staff as required is attached hereby
S.No. Employee
Name
Employee
ID
Designation Specialization DoJ Certification Name with ID,
if Any
1
2
….
n
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Note: This Annexure also use for Schedule-B of Technical Evaluation Criteria.